Loading...
HomeMy WebLinkAboutPyramid Building and Engineering Inc; 2016-02-04; PWS16-37UTILRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2017-0371147 111111111111 lllll 111111111111111111111111111111 IIIII IIIII IIIII IIII IIII Aug 15, 2017 03:48 PM OFFICIAL RECORDS Ernest J. Dronen burg, Jr, SAN DIEGO COUNTY RECORDER FEES $0.00 PAGES 1 Space above this line for Recorder's use. PARCEL NO: n/a --'---------- NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation and Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Nov. 22, 2016. 6. The name of the contractor for such work or improvement is Pyramid Building and Engineering, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Poinsettia Lift Station Standby Pump System, Project No. 5529. 8. The street address of said property is at 2425 Poinsettia Lane in the City of Carlsbad. CITY OF CARLSBAD / CMWD VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City/Executive Manager of said City on LJ I l %' ot 7 , 20J..:J_, accepted the above described work as completed and ordered that a tice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on a11 tr ot:it 'i? , 20.12, at Carlsbad, California. ('CITY OF CARLSB:CMWD -- \).OJ\(V']fi A .o Ii: ·t11L7J~ ~ BARBARA ENGLESON U -" City Clerk CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Pyramid Building and Engineering, Inc. has completed the contract work required for Project No. 5529, Poinsettia Lift Station Standby Pump System. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS (Specify if City or CMWD) Lift station standby pump system (city) VALUE $743,650 CERTIFICATION OF COMPLETION OF IMPROVEMENTS Engineeri~L\.~ Da~--Z'>----1~ CITY MANAGER'S/EXECUTIVE MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk or Secretary to the Board of Directors is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad and Carlsbad Municipal Water District are hereby directed to commence maintaining the above described improvements. Kevin Cra , City Manager / Executive Manager Date ' ' APPROVED AS TO FORM: CELIA BREWER, City Attorney CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 BID NO. PWS16-37UTIL 7.4V Revised 3/6/15 Contract No. 5529 Page 1 of 101 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 1 Contractor's Proposal 11 Bid Security Form 17 Bidder's Bond to Accompany Proposal 18 Guide for Completing the "Designation Of Subcontractors" Form 20 Designation of Subcontractor and Amount of Subcontractor's Bid Items 22 Bidder's Statement of Technical Ability and Experience 23 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 24 Bidder's Statement Re Debarment 25 Bidder's Disclosure of Discipline Record 26 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 28 Contract Public Works 29 Labor and Materials Bond 35 Faithful Performance/VVarranty Bond 37 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 39 IW tat —3- Revised 3/6/15 Contract No. 5529 Page 2 of 101 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 42 1-2 Definitions 43 1-3 Abbreviations 47 1-4 Units of Measure 50 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 52 2-2 Assignment 52 2-3 Subcontracts 52 2-4 Contract Bonds 53 2-5 Plans and Specifications 54 2-6 Work to be Done 57 2-7 Subsurface Data 57 2-8 Right-of-Way 57 2-9 Surveying 58 2-10 Authority of Board and Engineer 59 2-11 Inspection 59 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 60 3-2 Changes Initiated by the Agency 60 3-3 Extra Work 61 3-4 Changed Conditions 63 3-5 Disputed Work 65 Section 4 Control of Materials 4-1 Materials and Workmanship 68 4-2 Materials Transportation, Handling and Storage 72 Section 5 Utilities 5-1 Location 73 5-2 Protection 73 5-3 Removal 74 5-4 Relocation 74 5-5 Delays 75 5-6 Cooperation 75 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 79 6-2 Prosecution of Work 80 6-3 Suspension of Work 80 6-4 Default by Contractor 81 6-5 Termination of Contract 81 6-6 Delays and Extensions of Time 81 6-7 Time of Completion 81 6-8 Completion, Acceptance, and Warranty 82 6-9 Liquidated Damages 83 6-10 Use of Improvement During Construction 84 %mat Revised 3/6/15 Contract No. 5529 Page 3 of 101 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 85 7-2 Labor 85 7-3 Liability Insurance 85 7-4 Workers' Compensation Insurance 85 7-5 Permits 86 7-6 The Contractor's Representative 86 7-7 Cooperation and Collateral Work 86 7-8 Project Site Maintenance 87 7-9 Protection and Restoration of Existing Improvements 89 7-10 Public Convenience and Safety 89 7-11 Patent Fees or Royalties 94 7-12 Advertising 94 7-13 Laws to be Observed 94 7-14 Antitrust Claims 95 Section 8 Facilities for Agency Personnel (not used) Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 97 9-2 Lump Sum Work 97 9-3 Payment 97 9-4 Bid Items 100 111), Revised 3/6/15 Contract No. 5529 Page 4 of 101 Pages TECHNICAL SPECIFICATIONS DIVISION 01: GENERAL REQUIREMENTS 01010 Summary of Work and Contract Considerations 01040 Coordination and Project Requirements 01140 Environmental Protection Procedures 01190 Seismic Requirements 01300 Submittals 01500 Construction Facilities and Temporary Controls 01650 Facility Startup 01700 Contract Closeout DIVISION 02: Site Work 02050 Demolition 02301 Earthwork 02705 Paving and Resurfacing DIVISION 03: Concrete 03200 Concrete Reinforcement and Reinforcement Supports 03300 Concrete Mixtures, Handling, Placing and Constructing DIVISION 05: Metals 05090 Structural Metal Fasteners 05500 Metal Fabrications Miscellaneous Metal DIVISION 10: Specialties 10400 Identifying Devices DIVISION 11: Equipment 11001 General Equipment and Mechanical Requirements 11304 Engine Driven Suction Lift Wastewater Pumps DIVISION 13: Special Construction 13215 Underground Tank DIVISION 15: Mechanical 15050 Piping, Valves and Accessories DIVISION 16: Electrical 16010 General Electrical Requirements 16110 Conduit, Raceways and Fittings 16120 Low Voltage Wire and Cable 16124 Signal Cable 16130 Boxes 16140 Wiring Devices 16402 Underground Electrical Work 16955 Control Devices —r- Revised 3/6/15 Contract No. 5529 Page 5 of 101 Pages DIVISION 17— INSTRUMENTATION AND CONTROL 17000 General Instrumentation, Controls Requirements 17010 Instrumentation and Controls, General Requirements 17140 Level Measurement 17141 Level Detection 4P-Mr tay. --i- Revised 3/6/15 Contract No. 5529 Page 6 of 101 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON NOVEMBER 17, 2015, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: complete bypass pumping system at the existing Poinsettia Lift Station. This includes, but is not limited to, supply and installation of the under- ground prefabricated storage basin; trailer mounted-engine driven bypass pump with suction and dis- charge piping/appurtenances; connections to existing gravity sewer manhole and existing force main; removal of surface features, excavation, removal of unused excavated material; supply and installation of imported materials; backfill, compaction, replacement of surface features; electrical, instrumentation and control systems; as well as any other subsidiary items required to provide a complete functional system as described in these specifications and shown on the drawings - POINSETTIA LIFT STATION STANDBY PUMP SYSTEM POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 BID NO. PWS16-37UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Con- tract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as ap- proved by the City Council of the City of Carlsbad on file with the Public Works Utilities Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc. all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. 41-1k Revised 3/6/15 Contract No. 5529 Page 7 of 101 Pages The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly exe- cuted including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are ap- proximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $700,000. (SEVEN HUNDRED THOUSAND DOLLARS) TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a con- tractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. 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. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Classification "A" General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cash- ier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008- 7314, for a non-refundable fee of $30.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. ink Revised 3/6/15 Contract No. 5529 Page 8 of 101 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, spec- ifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpreta- tion of any provision in the contract documents will be given by any agent, employee or con- tractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on direc- tions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcon- tracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any con- tract for public work, unless currently registered and qualified to perform public work pursuant to Sec- tion 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. —1- Revised 3/6/15 Contract No. 5529 Page 9 of 101 Pages ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution 2015-210, adopted on the 25th day of August, 2015. October 7, 2015 Date Deputy C ty Clerk 111), Revised 3/6/15 Contract No. 5529 Page 10 of 101 Pages CITY OF CARLSBAD POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 CONTRACTOR'S PROPOSAL - WITNESSED AND RECORDED: The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and ad- denda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 5529 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: BID SCHEDULE "A" - POINSETTIA LIFT STATION BYPASS PUMP SYSTEM 1. Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-1 Mobilization LS $ 50,000 $ 50,000 Stipulated Fifty Thousand Dollars Amount (Price in Words) A-2 Dewatering LS $HICIOD, $ E--teoen 41Nou45,3Lac.:\ City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 (Price in Words) A-3 Sheeting and Shoring '‘Q tete,A16--iN 1-1,101A.,— c-Volkots-5 LS $ Ct..c01 -0M i - $ ukfiiMb. (Price in Words) A-4 Poinsettia Lift Station lm- LS $ tre provements . Rkle 4-VArareA.4\At 0 000(1- (Price in Words) 4p-s, —1- Revised 3/6/15 Contract No. 5529 Page 11 of 101 Pages Total amount of bid in words for Schedule "A": \Y, LAIAcktec ç'n 6,-.\---tj -two 'NAN° usav)A o10-V'S Total amount of bid in numbers for Schedule "A": $ Lpq a 10-00 . The basis of award will be the sum of Schedule "A" only. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s).-4\ has/have been received and is/are included in this pro- posal. IS* t 111-- Revised 3/6/15 Contract No. 5529 Page 12 of 101 Pages City of Carlsbad November 4, 2015 ADDENDUM NO. 1 RE: POINSETTIA LIFT STATION STANDBY PUMP SYSTEM BID NO. PWS16-37UTIL, CONTRACT NO. 5529 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidd r's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing 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 City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, licensed under license pumber , classification 1-\ , - -6 which expires on , and that 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 Professions Code shall be considered nonresponsive and shall be rejected by the City § 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. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally inter- ested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no repre- sentation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her 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 same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is V*() S210140 (Cash, Certified Check, Bond or. Cashier's Check) for ten percent (10%) of the amount 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 com- mencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the 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. t41.1k l ae —1- Revised 3/6/15 Contract No. 5529 Page 13 of 101 Pages -2heck A License - License Detail - Contractors State License Board Page 1 of : Contractor's License Detail for License # 782024 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. Business Information PYRAMID BUILDING AND ENGINEERING INC P0 BOX 401080 HESPERIA, CA 92340-1080 Business Phone Number:(760) 949-9005 Entity Corporation Issue Date 07/26/2000 Expire Date 07/31/2016 License Status This license is current and active. NII information below should be reviewed. Classifications A - GENERAL ENGINEERING CONTRACTOR t B - GENERAL BUILDING CONTRACTOR 0-8 - CONCRETE Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: 196675 'Bond Amount: $12,500 Effective Date: 01/01/2007 contractor's Bond History Bond of Qualifying Individual FThe Responsible Managing Officer (RMO) GARRISON JOHN ALFRED certified that he/she owns 10 percent or more of the voting-1 "ptock/equity of the corporation. A bond of qualifying individual is not required. 'Effective Date: 07/26/2000 Workers' Compensation his license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:9088670 Effective Date: 02/06/2014 Expire Date: 02/06/2016 Workers' Compensation History ittps://www2.cslb.ca.gov/onlineservices/checklicensell/LicenseDetail.aspx?LicNum=782024 11/18/201 :heck A License - License Detail - Contractors State License Board Page 2 of Personnel listed on this license (current or disassociated) are listed on other licenses. ittps ://www2. cslb. ca. gov/onlineservices/checklicensell/LicenseDetail. aspx?LicNum=782024 11/18/201f California Department of Industrial Relations - Contact DIR Page 1 of 1 MI. I Go to Search Home Labor Law Cal/OSHA -Safety & Health Workers Comp Self Insurance Apprenticeship Director's Office Boards Public Works Public Works Contractor (PWC) Registration Search This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 of the California Labor Code.) Enter at least one search criteria to display active registered public works contractor(s) matching your selections. Registration Year: Current Fiscal Year: 2016 1v11 PWC Registration Number: L_ Contractor Legal Name: Contractor License Lookup License Number: 782024 County: I Select County I*1 Search Reset Export as: Excel I PDF Search Results One registered contractor found. 1 Details Legal Name ' Registration County City Registration Expiration Number Date Date View PYRAMID BUILDING AND ENGINEERING, INC. 1000003470 SAN BERNARDINO HESPERIA 06/30/2015 06/30/2016 v2.20150806c About DIR Work with Us Learn More Who we are Licensing, registrations, certifications & permits Site Map DIR Divisions, Boards & Commissions Notification of activies Frequently Asked Questions Contact DIR Public Records Act Jobs at DIR Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright © 2015 State of California https://efiling.dir.ca.gov/PWCR/Search.action 11/18/2015 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted 1 PS (2) Signature (given and surname) of proprietor ),S (3) Place of Business City and State (4) Zip Code (5) E-Mail 01\ (Street and Number) Telephone No. IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business City and State lis\ (Street and Number) (4) Zip Code i\ Telephone No. (5) E-Mail ink —y- Revised 3/6/15 Contract No. 5529 Page 14 of 101 Pages IF A CORPORATION, SIGN HERE: (1) Name under which busines0conducted Wkz\an- P\VI ) EL(TWTOZ-\ OC. (2) 1V.• 4-1'' '1 ignature)- ' 1/4\eVi GPs(L‘L\SCI YCESVOC*IC SF:a-IN-NNW\ (Title) Impress Corporate Sea here (3) Incorporated under the laws of the State of (4) Place of Business C\Ckl . (Street and Number) City and State 1-"\e-AC-qN CA. ukk-I.S." (5) Zip Code , Telephone No. OA %-Q-3kCIOS- \v\&c.' Ntk- (6) E-Mail Q64-0-+L\N\ UL.i\N'(A ek,OTZOCNN& NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED *my11 4 Revised 3/6/15 Contract No. 5529 Page 15 of 101 Pages JUSTINE PALMIERI Commission 12090809 No*ryi Public - California SiitileMardino County My Comm.fxpinis Dec. 11,2018 (Signature of Notary) Notarsy Public for the State of California My Api3jointnnent Expires: ow County of (4-11-1. ' it C day of (Day) (Month) personally appeared ) nr\ (Year) PlY CA— NOTARIAL ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California before me, (Name of Individual) who proved to me on the basis of satisfactory evidence to be the subscribed to the within instrument and acknowledged to me that person(s) whose nameWs/te /she/they executed the same in h,/her/their 'authorized capacity and and that by pis/heil eir signature(s)2 on the instrument the person(s),,or the entity upon behalf of which the perso )acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. AKUSA 02775 R 01/15/2015 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: '5e)3 c'itz-svoux Skcim\iu-\ Revised 3/6/15 Contract No. 5529 Page 16 of 101 Pages BID SECURITY FORM (Check to Accompany Bid) POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 (NOTE: The following form shall be used if check accompanies bid.) \P\ Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY, OF CARLSBAD, in the sum of 1.C\ dollars ($ this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise re- quired by law, and notwithstanding the award of the contract to another bidder. W‘k 14%5, BIDDER (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) lir Revised 3/6/15 Contract No. 5529 Page 17 of 101 Pages BIDDER'S 130ND TO ACCOMPANY PROPOSAL POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 6529 KNOW ALL PERSONS BY THESE PRESENTS: That we, Pyramid Building and Engineering, Inc. , as Principal, and Allied World Insurance Company as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) ten percent of the total amount bid for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for. POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. . • • In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this L, day of November It) Revised 3015 Contract No. 5529 Page 18 of 101 Pages 2015 PRINCIPAL: Pyramid Building and Engineering, Inc. Executed by SURETY this 9th day \\JO (name of RriticipaI), By:. (si n here) '1k1=-) 4 GYNcLi.kSQ (print name here) tkfcS10:1 Ci\Mtv>4.1,1•Z (Title and Organizatiori of Signatory) BY: (sign here) (print name here) YcsTMLuit' (title and organizatid) of signatory) of November , 20 15 SURETY: Allied World Insurance Company (name of Surety) 1550 S. Hope Street, Suite 1825 Los An9eles, CA 90071 .'(address of Surety) 213.479.1848 (telephone number of Sure . A By !!-AGP CC Aj, signaturepf Attot ey-in-Fact , Margie Wager, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney 44111,' Revised 316115 Contract No. 5529 Page 19 of 101 Pages before me, On NOV Oc9e 2015 Aireanna Mannerud Brown , Notary Public, Insert Name of Notary exactly as it appears on the official seal Aseagisaeiag,kaa p,, AIREANNA MANNERUD BROWN Commission # 1961280 Notary Public - California San Diego County My Comm. Expires Nov 20, 2015 Place Notary Seal Above ignature of Notary Public Description of Attached Document Title or Type of Document: Document Date: Number of Pages: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of San Diego personally appeared Margie Wager Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness and a Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: El Partner 0 Limited LI General IN Attorney in Fact fl Trustee • Guardian or Conservator • Other: Signer is Representing: El Partner 0 Limited 0 General LI Attorney in Fact LI Trustee LI Guardian or Conservator El Other: Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here RIGHT THUMBPRINT OF SIGNER Top of thumb here ff"ci I seal. El Individual • Corporate Officer —Title(s): LI Individual Ei Corporate Officer —Title(s): JUSTINE PALMIERI Commission 82090809 1 Notary Public - California Si BirMatilicatounty Conmkes Dec. 11,2018 (Signature of NotarY) Notary Public for the State of California My Appointment Expires: CA — NOTARIAL ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of T)9,,ef t 1 On day of (Day) personally appeared bhr) (Name of Individual) who proved to me on the basis of satisfactory evidence to be the person(s) whose nante;)/i/S//61e/ subscribed to the within instrument and acknowledged to me that h/e/ e&y executed the same in Ofs/h,e/r/their authorized capacit , and that by hiS/hreteir/ signature(s) on the instrument the person(wor the entity upon behalf of which the perso syacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Month) (Year) , ij before mell I, A (Name of Notary) /rowel., int t AKUSA 02775 R 01/15/2015 Allied World Surety Division of Allied World Insurance Company 30 S. 17th St., Suite 810 Philadelphia, PA 19103 POWER OF ATTORNEY Issue Date: September 22, 2015 No. 33726-A1050 Single Transaction Limit: $10,000.000 KNOW ALL MEN BY THESE PRESENTS: Allied World Insurance Company, a New Hampshire corporation (the "Company") does hereby appoint NAME(s): Margie Wager FIRM: SBS Bonds & Insurance Services, Inc. 525 S. Escondido Blvd. Suite 102 Escondido, CA 92025 Its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the Company thereby. This Power of Attorney shall remain in full force and effect for one year from the issued date above-referenced and shall expire on close of business of the first anniversary of such Issue Date. IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below, who is duly authorized and empowered to execute on the Company's behHf This 22nd day of September, 2015 Title: Senior Vice President - Surety State of Pennsylvania County of Philadelphia )ss. On this 22nd day of September, 2015, before me came the above-named officer of ALLIED WORLD INSURANCE COMPANY, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and Notary affixed the seals of said corporation thereto by authority of his office. My Commission Expires: 08/05/2018 CERTIFICATE Excerpt of Resolution adopted by be Board of Directors cf the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012: RESOLVED, that the proper officers of the Corporation, the head of the surety business line for the Corporation and their appointed designees (each an "Authorized Officer and collectively, the "Authorized Officers") be, and each hereby is, authorized to appoint one or more Attomeys-in-Fact to represent and act for and on behalf of the Corporation in the transaction of the Company's surety business to execute (under the common seal of the Corporation, if appropriate) bonds, undertakings, reoognizames and other contracts of indemnity and writings obligatory in the nature thereof. RESOLVED, that in connection with the Corporation's transaction of surety business, the signatures and attestations of the Authorized Officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation when no affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof. RESOLVED, that in connection with the Corporation's transaction of surety business, the facsimile or mechanically reproduced signature of any Authorized Officer, whether made heretofore or hereafter, wherever appearing upon a copy of any Power of Attorney of the Corporation, with signatures affixed as next above noted, shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. RESOLVED, that in connection with the Corporation's transaction of surety business, any such Attomey-in-Fact delivering a secretarial or other certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of &Avery thereof by such Attomey-in-Fact. RESOLVED, that the Authorized Officers be, and each hereby is, authorized to execute (under the common seal of the Corporation, if appropriate), make, file and deliver in the name and on behalf of the Corporation any and all consents, certificates, agreements, amendments, supplements, instruments and other documents whatsoever, and do any and all other things whatsoever in connection with the Corporation's transaction of surety business, as such Authorized Officer shall in his or her abso:ute discretion deem or determine appropriate and any of the foregoing resolutions, the transactions contemplated thereby and any ancillary matters thereto tandior to cany out the purposes arid intent thereof, such dooming or deterrniation to be conclusively evidenced by any such execution or the takirg of any such action by such Authorized Officer. I, Timothy J. Curry, Secretary of the ALLIED WORLD INSURANCE COMPANY, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are inn full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation, this SUR 00046 00(3/2013) Timothy J. Curry, Secretary GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Or- ganization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bid- der's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percent- age of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in reiection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The ex- planation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. 41‘' taw. Revised 3/6/15 Contract No. 5529 Page 20 of 101 Pages Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. 41.‘' —v- Revised 3/6/15 Contract No. 5529 Page 21 of 101 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 6529 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Subcontractor's License No. and Classification* Amount of Work by Sub- contractor in Dollars* C-krv64-iznbetie e-tee.;fr •c, -e ecr‘ _ . --womeri$I4 - -1' 1 4 ei 4---11"--111111 6-i 0-e- C A k r 5 0 lik) Poo PA0 jf 535 -5 ' cup ,00 Di,,,411,4-1,,,, CO P —i-rti.,L-16 tkel ( Gkpr-kicie"1 5 Scl 110( IrA 0 c-Se_ 6t-R. V2A. -)--3--.1- )--i- 1.-1 ux) --- ccaix N\Art,05. Ce4 ga 19 Page of I pages of this Subcontractor Designation form " Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." 1 u4:, Revised 3/6/15 Contract No. 5529 Page 22 of 101 Pages Date Con- tract Com- pleted Name and Address of the Employer Name and Phone No. of Person to Con- tract Amount of Contract Type of Work ils-cw,a\th. 4 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 The Bidder is required to state what work of a similar character to that included in the proposed Con- tract he/she has successfully performed and give references, with telephone numbers, which will en- able the City to judge his/her responsibility, experience and skill. An attachment can be used. BIDDER'S CERTIFICATE OF INSURANCE FOR t Ur- Revised 3/6/15 Contract No. 5529 Page 23 of 101 Pages .dx3 Je8A-9 siaPPI8 MOO YEAR TYPE/DESCRIPTION OF WORK VALUE OF WORK PERFORMED LOCATION OF WORK (CITY) ..' ENGINEER! ' CONTACT PERSON Address & phone # OWNER! (CONTACT PERSON ' Address & phone # i --) VI fi—t VAT& Sq1/45Cf4k, k)-sVEILOZaJea" r4 A— %4%.%)11 -% 1101.)& r'7,,,,,, DI-6-x,-t‘ , 13U- tc\flOblircPC\k 10M•0 ()- \-\V'44.--, kAS.01 P\‘*-1304X tEA.Oc\, CA ‘kkAkOLZ CAW. Co%\k,„44\x%top-±1 ivizaA i)tmk .(zto ‘.5-- L, -cs `-° 56,64'(-- Lxv-c Sx•P•ic\c), p_ ctkwiLA-ra_svikx-Ev ---t SC-1U-1*E., 42MS ILVYAnc6,.-.1-__It‘wAL-b, cA. Cm iNvi. floc, kricY105-51,5 34s\-K-.06\o}, cp...T-Aog c,):AAKItroiLk:.x.-icom-c-‘A 5156 1 ,10*--ilk\Niz-ivkp\Dpa.e. tu&,10m.,-E, cb., WItt.L.x,p0&. Tosv\J 1 -("?. c t 41\mki-lk SukDkte, \‘, ilVist-zuos W>o•kt,cfeicv)).)5 ,,,„,,,,,, \hs%\_k_ekA) Ciss„ '6 ItG;ApoLt.,-- otwaye cokkA4 ou,m-ek\s, \)o,wzNik TOrk 1.AN\N (00300k.t.mr) i_ s-7% '1)\c)(Nsfkl NO4dL, VT3' °\\I,)-\ &Sko Ywsevc 1-Lf6(6,Ye-- r- 1_ 0& ) cA. Cv\l o -533, (X-5 OCEN3 ATat_ rif)og_ ),b LIP%CYcl CA, Op\k !_,s'a.Yi)2_.‘clo')51044)111 ZWO, ei3Ov6_nr- Pf66.0 '; 1.1.itAi -.-- c:*s Sm.- P.s..c.kkEts. YEAR TYPEMESCRIPTION OF WORK VALUE OF WORK PERFORMED LOCATION OF WORK (CITY) ENGINEER I CONTACT PERSON Address & phone * OWNER / (CONTACT PERSON Address & phone It s-C Demo Iko wtafTy;N* Lp.w, C wet- 14,11., tAeCIA0C4AC041..., c wit_ wof.4.- i. ca.ew.tox, tgrei_ tiwicui: LAYL-1106- IlAr/OPI IP5TRL-1- Vir.w.,1g5 As* !, etecTrAciNi.... tiate-v-i,E-cc sy t ,.. , „,, i olt• i DoPi._ / .c1 A.4.340N1. ...) , C.>. , w MD ,',.. 11,65cip 5w6 et..,9,e,e. NcCiv etA Sr. ' ViNE) CA .C1206 15i Vip 4010 Ktolc- VitoWIL,_ IpamAiN ceu.44:t5.3..-sy. alACS eb t OA itSgr t.)(-‘t NV.X.V._ *LA N 1.0.w1/40, cs,.115. ‘.(ct.c. ‘155-74kik • ..-- s:toc •5\ gr IA kip 1,1s-tN,..,. 5,re, „„„,,.,_ ,,, icusTek. RA.0.4.5, C exev-st vkari'414' Ykt*NP5, Gevaroo.t.6cructsL ut-_ „Wetfookk.._5ckiltoSAIL x\---, viaist.0 'disc, . lop l‘itv,246, (woo, lk I, 61-1,0ViC \u&, ON . koorb (., OkSCACCC AkC\S Vvot.irif..ki .;--igb ftC,t4N•k 'iv . ts.vei.-SWE-, CA. V93(4:, 6s-Gti.--1010 6 \i‘. 's7- 64-NILANNt... ck:6?-k liv.civ.sc: ,u00 5- \NRavist- ttrE, k‘werclA4..\., vs, ,cra5 1 icii,,.35.-5-3.24-51-\ z- Ctb . 11.4.,45tA bA519,k- utvo**, IA, ccivc-ss a 61.cettp ,011-4.- piic.$0 ..coigt_ Yo.-`, umoa-S, r 6Ve‘gC4i. CONNS}. k..104... ' =‘,.t.eCVitki45S i 4/4f,C4CWA. CN56Mt) 1.4444r-Oitg•ArC4-) (-0/01-Uk \lb lac 8 IC:65'5%V it‘ , - j ti-ANOWsxf ?'"Vril"W‘C 0# CA, . VsliVb 4, 1k550csik-To smmiNic. 4o6 yin 144.31,AAS-c. 4:V(6kS1/4()Et ejrad2 el SO to% -MO Y..t4NNAN-36 Cectozitwk retf., %TIU-Ct ' Uti51WW•0( rare.? , i O vbILeyo:*„ vc(310tti .-is # ,,,-- \ Xt. AV. %Art/ W*4.46 i v•-)Civzo 3 toorSittiro PkAwsrzokaC6 41, Wca. Fee-, Wing- x lati6 1 .4 6retnouf,, Yt.4.4t*- 1-,t44. ' easPe, talLitia-, OZ. WALL, C UAlh fttriOtkb, kits*fitte 'apogw,Ciu -Ohl- 1 5p,w Ut.14040)4 —\)0.4..\c%iS, Loc41.,c‘oLIS t 4:,:thaS, VliEsc tlitt6e-. V- VOC.hf-„Ax.) t*ST-N *244..../St4g.. (01). tiv-(21 -**,.•, 45T-1-01/4"-‘5,‘", • (aur ,,_T-A-.1C7-P` ikiN(1)°-‘).)5 C001.1/4 ev-k StkVI Y) if? le 9evia, DsplAuttS Del 6 so-k Ukt4-7%P G1LSG• C54se4,41. 4‘,A IT) t r..5T Rrt- FL, a t cia.kiNtizkkr, Cbs. 3$'714_4140 SEtWtik• 1 km 6=kek-Sci) t_i3 - S'c .lAA-V5 (VA° '('SK Ckk.St V-04*(--N (06103 -5S'-5 A „ — 1 i 0 I 50t C ‘46TE.Als-crie--, 1074) 5450.41,61 kidki itPr c0,L. ffetoigt, TOWS4 R 1 C56.1 histelto-D koRs 4 ) COVCRitt, (10440t6) kftk* ere. .. Ot-teige..- Ptt _ AL .1" - - AO ' t-A ,S M.A.I...vco + _ASCNIkowS L°C4AlcA3S \IV:VAALLE•• CA 00027 Bidder's Experience/Resumes • YEAR TYPE/DESCRIPTION OF WORK VALUE OF WORK PERFORMED LOCATION OF WORK (CITY) ENGINEER / CONTACT PERSON Address & phone It OWNER / (CONTACT PERSON Address & phone It kn .cs.. ('-'6 S Ex) Srogo- \ACctlisEALI -ow..., .k•-k*,,ib i iit,N4s5iN i OSS.X... 1 ti.2.5, tut lieeckw*E- c.,(01 m4 c. litretorgick_ e, kiski>41/40WA- s reXt • ei 4.)c,),ccoo 4Ar co#00%Exajx/ CootkEu-sNN+4AR )0w:c11— t5'Z,44.cc C>44.*ctc-tt- l'-/a •14041:bkm.v.,t,,c1- 1 f1451S .eacek kATEIL S%6TflAS tirtitmk., bac-, .0, Zoe (a5S- '`)04-1 tvws CiSkTo C.). kyti-cirAg Co(kmal.f., \Jsz*Lt.N \Loos._ 6\slikef 6 Ke.ite..9 4p 65ticc 0,..-1,1,‘ Fi3.--a)crw-gics-1 .S,40 UP,4f-. WI-xi- kOccrzg-- NA) ‘%.41d--ZA.A__Li•A,"4,c_. kAvra• G#41t-slv-) i4 kw s.s(-\s.s- ,.___ tow._5Aluw*41ketNt-401*.te4, M% oc.3-1Rir , Ct, k31**.b.i.:5,wqmcs_., rip- --1/4-61...5 ektiottwozool.;) ulmAketc- SV•MC ‘fk13434 1"E5116* i T1146") C0/401"W5 / .0O3-4>tis-CNCIL4S1 ETC 4-- t 1 ig-)(yeqa ' • A-- 46 ' , ., .,-`. .,, ,..... 4 :) .‘.,., Otarmtw-irtst.lilliAK Iiilvt. cik MAW-10kt i, kthilkg- toolit04004A- chttastuz , . ,,,,Afr ci giA55641 !. 6 Vfecib.C\f--S UtR4-rcsess \)tezikwyt.61 CP‘. Cklark\- .91),4)‘1" CC,.. Volsw v1,, 0, , • 111066 1..A4•4A14.‘ Ukkl&t 1,-Acti )J1 NUVIAM --/ rekok44g) ‘t,xl,.%4G=0..- N'CD Ult1/4\a-otom VA\A-\- kagyt< a • mac( VI 1 ' gki3r641 k r6 4, 1 .11 \I-4,Ac3c vitts›,,,w,.. ogs-ic *N..) SAST60‘ Eicw43P4 - iklvtt 1 .ttslc.‘kte.G.,ttrezi_,st iti. 160340193 Saki) NULORF I, Nti.\\.4, `9 '`''''' 1 Qs,A Stak,oss C. 'V.( Wk\k/t_ .1.),vLsiuslik • ' v vt 54 #Vs 46' .' Oig‘&40444 s• GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. tes) Revised 3/6/15 Contract No. 5529 Page 24 of 101 Pages Sincerely, %it-4v dildia), Elizabeth Vanden Akker Priority Accounts Manager Baccarella Insurance Services, Inc. 6864 Indiana Ave. # 201 Riverside CA 92506 Phone: 877-587-4999 Email: john@bacins.com November 12,2015 Insured: PYRAMID BUILDING AND ENGINEERING, INC. Company: Westchester Fire Insurance Co. Policy Number: G24204443005 Policy Period: APR 27 2015 To APR 27 2016 Attention: Public Works Utilities Engineering Department City of Carlsbad 1200 Carlsbad Village Drive Carsbad, CA 92008 Re: Contract NO. 5529/Bid NO. PWS16-37UTIL To Whom it May Concern: The carrier's can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of Insurance to the Agency showing conformance with the requirements herein. Fax: (877) 373-5608 EV ALL-PURPOSE ACKNOWLEDGMENT SS. carun el J'A ec Ci ))/, 016( V DAT personally appeared j,--:// 2..ct1'&7/i 1.9/In r t, \Ancic44kk'efr-- , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ate subscribed to the within instrument and acknowledged to me that 1.,e/she/t1y executed the same in yi/s/her/t46ir authorized capacity(i0, and that by hA/her/th/eir signature(s) on the instrument the person(s), or the entity upon behalf of which the persons') acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SAMUEL M. DEANS Commission # 1991799 Notary Public - California Riverside County My Comm. Expires Oct 17, 2016 WITNESS my hand and official seal. :104,?/ NOTARY'S SIGNA URE PLACE NOTARY SEAL IN ABOVE SPACE OPTIONAL INFORMATION The information below is optional. However, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. State of California County of Plve(sid f On 11/01/-ew lo , before me, CAPACITY CLAIMED BY SIGNER (PRINCIPAL) El INDIVIDUAL El CORPORATE OFFICER PARTNER(S) TITLE(S) 11] ATTORNEY-IN-FACT TRUSTEE(S) LI GUARDIAN/CONSERVATOR OTHER: SIGNER (PRINCIPAL) IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT 46/ i^6 pp (41 c /07 Tin R TYPE 0 DOCU NT 1?1(-Q eri4 NUMBER OF PAGES ovovi 4, g}0 / DATE OF DOCUMENT OTHER RIGHT THUMBPRINT OF SIGNER Top of thumbprint here APA 01/2008 NOTARY BONDS, SUPPLIES AND FORMS AT HTTP://WWW.VALLEY-SIERRA.COM © 2005-2008 VALLEY-SIERRA INSURANCE AUTHOFEED REFRESEN-,,,,V the-444140,44) Elizabeth Vanden Akker -- 7 ACORD' CERTIFICATE OF LIABILITY INSURANCE DATE 01/ (MIYUDDNYYY) 18/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES 3ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policyfies must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). F,,OD, ,:t P Fh,,r1:: R77-527-4ci0 F.,ix ri=77: ,%7 :t_,NO2 BACCARELLA INSURANCE SERVICES, INC. 6864 INDIANA AVE #201 RIVERSIDE CA 92506 ( 1.)",. 03' D: ' .':IT.A:'-r Baccarella Insurance Services, Inc. ri-DNE fix/. E 877-587-4999 rt: (877) 373-5608 IA_oc,„ jOhn@bacins,cOm INSURER(S) AFFORDING COVERAGE NAM* NI.1,ER A Westchester Fire Insurance Co. 10030 NSJ,I=Li PYRAMID BUILDING AND ENGINEERING, INC. P.O. BOX 401080 HESPERIA CA 9234,5 'SJPER 2 United Financial Casualty Company 11770 INSURE,: C. Great American Ins Co of NY 22136 I 4SI.:RFR D RSUI Indemnity Company. 22314 INSI,FI1I7 State Compensation Insurance Fund 35076 INSURER F Integon Preferred Insurance Company 31488 COVERAGES CERTIFICATE NUMBER: 91705 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR . II,: TYPE OF INSURANCE ADFJL SJE, POLICY NUMBER POLICY EFF (MM/DDNYYYI FOLICY EXP IMM/DONYYY1 . LIMITS A X COMMERCIAL GENERAL LIABILITY G24204443005 04/27/15 04127/16 EACH :)C:_;;JpRalcE 1,0.00,000 -A!MS-MADE Cap i_141,1A:5b 10 Rd: i F.:, PPEIA,SEL ,Ea r.r.N:r=i),F.) 50,000 M:=7: EXP ;AN one ;:erson 5,000 RERSON.,,_ & AD!; .N...11_IR1 1,000,000 GEN L ,AGGPEGITE ;_lAT APP:_lEs PEP: FOLIC y OC . I ocr i . 1:-THE,: GENE//AL. AGGREGATE 2,000,000 PPC,PIICTS - COMP/OP A/G 2,000,000 AUTOMOBILE LIABILITY ANY .L',I ;) ALL k.,,Nl, .D A; !7•X; I ;!RED AJTos X SCHEDIJLED $; I'm,: r :0! !-CI‘A NED 034838650 2003201358 01/28/15 06/25/15 01/28/16 06/25/16 xairE,,DnrGLE LIM. r 1,000,000 EAlt)ii y niu--.,./. (iirOirsoiti E;COILY !..L.IU;n:' (Per .34(103) . PRL),.!,k 'r DAY,,,, u-_.ar 3cDcent) c UMBREU_A LIRE EXCESS LIAB X Ci ii,!MS 1:'E OCCUR NHA237812 04121ti .. 04127116 ,:A•LI , c 00 -RREN --:: 9,000,000 AGGREGATE 4 9,000,000 Fr:ducts/000 - 9,000,000 DED RE tr:: ...if 1 E NORKE77lisgai NEngrry ANY PROPRIETORTARTNERiEXECUTIVE OFFICER/MEMBER EXCLUDED1 (Mandatory in NH) r ye, c:e..zrloe ,inder riF,OR!PTION OF OPERATIONS below N/A 908867015 L&H 90493415-2 02/06/15 02/06115 02/06/16 02/06/16 R T AUE OT- T 'TIT EL EACH ACCDEHT 0 1,000,000 EL.DISEASE-EA EtPLOYEE 1,000,000 DISEASF P( '.:O.Lly!T 1,000,000 Loosed/Rented Equipment MAC301686804 06/30/15 06/30/16 $200,000 Any oneitem $5,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE Poinsettia Lift Station Standby Pump System, Bid No. PWS16-37UTIL, Project No. 5529. The City of Carlsbad, its officials, employees and volunteers are named as Additional Insured hereunder as respects liability ariosing out of activities perfomed by or on behalf of the Named Insured. Coverage under this policy shall be primary insurance as respects the City, its officials, employees and volunteers. Attached are: Blanket Al form #CG2010 1185 as required by written contract signed by both parties prior to loss. Primary Non-Contributory form #GLE0007 0196 attached. Per Project Aggregate - designated project(s): All Projects included per form #CG2503 0509 attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ACORD 25(2014/01) Q1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Carlsbad Public Works Contract Administration 1635 Faraday Avenue Carlsbad, CA 92008-7314 Attention: POLICY NUMBER: G24204443 005 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: As required by written contract signed by both parties prior to loss. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 0 Named Insured Pyramid Building and Engineering, Inc. Endorsement Number Policy Symbol GLW Policy Number G24204443 005 Policy Period 04/27/2015 TO 04/27/2016 Effective Date of Endorsement 04/27/2015 Insured By (Name of Insurance Company) Westchester Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONDITION 4, OTHER INSURANCE, AMENDED - NON CONTRIBUTORY Paragraph 4.c. is deleted in its entirety and replaced by the following: c. If all of the other insurance permits contribution by equal shares, we will follow this method unless the insured is required by contract to provide insurance that is primary and non-contributory, and the "Insured Contract" is executed prior to any loss. Where required by a contract, this insurance will be primary only when and to the extent as required by that contract. However, under the contributory approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. GLE 0007 01 96 Page 1 of 1 POLICY NUMBER:G24204443 005 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): All Projects Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CO 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 By: (sign here) )0\ck BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debar- ment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred ) \N\ agency agency t.)11v. period of debarment period of debarment CONTRACTOR: Ul\,\N \Il\k. • C- ba% • (name of v, ontm.t.or)__ (print name/title) Page of \ pages of this Re Debarment form fast Revised 3/6/15 Contract No. 5529 Page 25 of 101 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? 10 yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their con- tractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? yes 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page 1 of I pages of this Disclosure of Discipline form an' TO* Revised 3/6/15 Contract No. 5529 Page 26 of 101 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: lkiik\i\k‘6 LUk),\(," (name ntractor) By: (sign ere) (print name/title) Page \ of 'L pages of this Disclosure of Discipline form tAl —1- Revised 3/6/15 Contract No. 5529 Page 27 of 101 Pages California that the foregoing is true 1 L2 , 20 t C at NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 The undersigned declares: I am the of Ihe party making the foregoing bid. Cett•*.y„ The bid is not made in the interest of, or on 'behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged infor- mation or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the and correct and that this declaration is executed on \ 65Q be.AIN [city], Cib., [state]. Signatur idder fr Revised 3/6/15 Contract No. 5529 Page 28 of 101 Pages CONTRACT PUBLIC WORKS This agreement is made this U'A - ), day of "' ° , 20 it', by and between the City of Carlsbad, California, a mUnrcipal corporation, (hereinafter called "City"), and PYRAMID BUILDING AND ENGINEERING, INC., a California corporation whose principal place of business is 10975 G Avenue, Hesperia, CA 92345 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equip- ment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Tech- nical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi- cated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 4rSe —1- Revised 3/6/15 Contract No. 5529 Page 29 of 101 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any infor- mation that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time re- quired for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986(8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to Cali- fornia Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Revised 3/6/15 Contract No. 5529 Page 30 of 101 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connec- tion with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Con- tractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $2,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employ- ees are additional insured. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as re- spects: liability arising out of activities performed by or on behalf of the Contractor; products and com- pleted operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate doc- uments attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. .1fr —r- Revised 3/6/15 Contract No. 5529 Page 31 of 101 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, em- ployees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured reten- tion levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of in- surance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in ac- cordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is in- cluded in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Gov- ernment Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. tavil —r- Revised 3/6/15 Contract No. 5529 Page 32 of 101 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by an- other jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation estab- lished by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. t 011- Revised 3/6/15 Contract No. 5529 Page 33 of 101 Pages in it ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California S County of an Diego On e4 I LO before me, Morgen Fry, Notary Public (insert name and title of the officer) personally appeared Ma-VA-- It who proved to me on the basis of satisfactory evidence to be the persons a whose name) is/ere subscribed to the within instrument and acknowledged to me that he/s44e4hey executed the same in his/taritheif authorized capacity(igs), and that by his/heatheir signature(,) on the instrument the person(',), or the entity upon behalf of which the person) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) WITNESS my hand and official seal. Signature MORGEN FRY Commission # 2091497 Notary Public - California San Diego County M Comm. Ex Ires Dec 24,2018 CITY OF CARLSBAD a municipal corporation of the State of California By: Mayo ATTEST: N o rvrT) BAIBAIR) ENGLEkN, City Clerk 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and in- cluded herein, and if, through mistake or otherwise, any such provision is not inserted, or is not cor- rectly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "Gen- eral Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CNITRACTOR: YtLMA (n on r ctor)1 By: (sign here) VV-5110(:--AT mçl title) By: (sign h e) eve5,4_1i (print name and titie) (print President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: ssistant City Attorney 41,-* t.,41 Revised 3/6/15 Contract No. 5529 Page 34 of 101 Pages CA — NOTARIAL ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On 22nd day of January 2016 before me, H. Barber, Notary Public (Day) (Month) (Year) (Name of Notary) personally appeared John A. Garrison & Karen A. Garrison (Name of Individual) who proved to me on the basis of satisfactory evidence to be the perso(rDwhose nam<D,V6i)-e subscribed to the within instrument and acknowledged to me that pfe/s)i xecuted the same in Vs/ authorized capacity e) and that by k1's/›.6r \ signature° on the instrument the persor(CDor the entity upon behalf of which the perso ted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Signature of Notary) Notary Public for the State of California My Appointment Expires: December 17, 2017 H. BARBER Commission #2049451 Notary Public California San Bernardino County My Comm. Expires Dec. 17,2017 Seal or Stamp Here AKUSA 02775 R 01/15/2015 Bond No. S001-1104 Premium: $10,420.00 Premium is subject to change based on the final contract amount. FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.2016-009, adopted January 12, 2016, has awarded to PYRAMID BUILDING AND ENGINEERING, INC., a Cali- fornia corporation, (hereinafter designated as the "Principal"), a Contract for: POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of 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 terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, PYRAMID BUILDING AND ENGINEERING, INC., a California corporation, as Principal, (hereinafter designated as the "Contractor"), and Allied World Insurance Company , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of SIX HUNDRED NINTEY TWO THOUSAND Dollars ($692,000), said sum being equal to one hundred percent (100%) of the esti- mated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administra- tors, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alter- ation thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation 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 specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, in- curred by the City in successfully enforcing such obligation, 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 the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 1114.- Revised 3/6/15 Contract No. 5529 Page 37 of 101 Pages (nam •-,•ntractor) In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by SURETY this 18th Executed by CONTRACTOR this January day of „piumiu.k ,201tp . SURETY: Allied World Insurance Company CONTRACTOR: day of , 20 16 Pyramid Building and Engineering, Inc. (name of Surety) 550 S. Hope Street, Suite 1825 Los Angeles, CA 90071 By: (address of Surety) (sign here) 71-0\-W \N‘ • Gt\co (print name here) (telephone number of Sur WIYIMW t‘ANk-0- Cm; 11%-t c OESOETZ.C. By: (Title and Organization of Signatory) By: Margie Wager, Attorney-in-Fact (printed name of Attorney-in-Fact) (sign here) GypitusA, kli,vANK\s) tcck-v., (print name here)._ power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney fI By: -Assistant City Attorney 4.1!' , Revised 3/6/15 Contract No. 5529 Page 38 of 101 Pages 213.479.1848 (signet omey-in-Fact (Attach corporate resolution showing current AIREANNA MANN ERUD BROWN Commission No. 2133271 2 NOTARY PUBLIC - CALIFORNIA 03 SAN DIEGO COUNTY Commission Expires November 20,2019 Witness Signature rd o icial seal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of San Diego On JAN 8 2016 before me, Date personally appeared Margie Wager Aireanna Mannerud Brown , Notary Insert Name of Notary exactly as it appears on the official seal Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: 111 Individual I1] Corporate Officer Title(s): 0 Partner 0 Limited LI General E Attorney in Fact LI Trustee ID Guardian or Conservator E1 Other: 0 Partner El Limited 0 General El Attorney in Fact El Trustee LI Guardian or Conservator LI Other: RIGHT THUMBPRINT OF SIGNER RIGHT THUMBPRINT OF SIGNER Top of thumb here Top of thumb here Signer is Representing: Signer is Representing: Signer's Name: El Individual El Corporate Officer —Title(s): ci (Signature of Not Notary Public for the State of California My Appointment Expires: December 17, 2017 CA — NOTARIAL ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On 22nd day of January , 2016 before me, H. Barber, Notary Public (Day) (Month) (Year) (Name of Notary) personally appeared John A. Garrison & Karen A. Garrison (Name of Individual) who proved to me on the basis of satisfactory evidence to be the persona5whose namett5i subscribed to the within instrument and acknowledged to me that p(e/§6 executed the same in 46/[re authorized capacit 4, and that by lis/lier signature40 on the instrument the persoCP or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Seal or Stamp Here H. BARBER Commission #2049451 Notary Public - California San Bernardino County My Comm. Expires Dec. 17, 2017 AKUSA 02775 R 01/15/2015 Allied World Surety Division of Allied World Insurance Company 30 S. 17th St., Suite 810 Philadelphia, PA 19103 POWER OF ATTORNEY Issue Date: September 22, 2015 No. 33726-A1063 Single Transaction Limit: S I 0.000.000 KNOW ALL MEN BY THESE PRESENTS: Allied World Insurance Company, a New Hampshire corporation (the "Company") does hereby appoint NAME(S): Margie Wager FIRM: SBS Bonds & Insurance Services, Inc. 5255. Escondido Blvd. Suite 102 Escondido, CA 92025 Its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the Company thereby. This Power of Attorney shall remain in full force and effect for one year from the issued date above-referenced and shall expire on close of business of the first anniversary of such Issue Date. IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these °resents to be executed by the officer named below, who is duly authorized and empowered to execute on the Company's bet -I I This 22nd day of September, 2015 Title: Senior Vice President - Surety State of Pennsylvania County of Philadelphia )ss. On this 22nd day of September, 2015, before me came the above-named officer of ALLIED WORLD INSURANCE COMPANY, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and Notary affixed the seals of said corporation thereto by authority of his office. My Commission Expires: 08/05/2018 CERTIFICATE Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012: RESOLVED, that the proper officers of the Corporation, the head of the surety business line for the Corporation and their appointed designees (each an "Authorized Officer and collectively, the "Authori72. Officers') be, and each hereby Is, authorized to appoint one or more Attorneys-in-Fact to represent and act for and on behalf of the Corporation in the transaction of the Company's surety business to exec _.te. (under the common seal of the Corporation, if appropriate) bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof. RESOLVED, that in connection with the Corporation's transaction of surety business, the signatures and attestations of the Authorized Officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof. RESOLVED, that in connection with the Corporation's transaction of surety business, the facsimile or mechanically reproduced signature of any Authorized Officer, whether made heretofore or hereer, wherever appearing upon a copy of any Power of Attorney of the Corporation, with signatures affixed as next above noted, shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. RESOLVED, that in connection with the Corporation's transaction of surety business, any such Attorney-in-Fact deEvering a secretarial or other certification mat the foregoing resoltnfoas still be NI effect may insert in such certification the date thereof, said date lobe not later than the date of delivery thereof by such Attorney-in-Fact. RESOLVED, that the Authorized Officers be, and each hereby is, authorized to execute (under the common seal of the Corporaio,. if appropriate) make fib and antigun. In the nage and on begot of the Corporation any and all consents, certificates, agreements, amendments, supplements, instruments and other documents whatsoever, and do any are all other thli-Ejs whatsoever in orytectien with the Corporation's transaction of surety business, as such Authorized Officer shall in his or her absolute discretion deem or determine appropriate and any of the foregoing resolutions, the transactions contemplated thereby and any ancillary matters thereto and/or to carry out the purposes and intent thereof, such deeming or determination lobe conclusively evidenced by any such execution or the taking of any such action by such Authorized Officer. , I, Timothy J. Curry, Secretary of the ALLIED WORLD INSURANCE COMPANY, do hereby certify that the foregoing excerpts of Resolution DC opted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are tree and correct, and that both the Resolution and the Power of Attorney are in full force and effect. JAN 18 2016 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation, this clay of 20 Timothy J. Curry, Secretary SUR 00046 00(3/2013) Company Profile Page 1 of 1 CALIFORNIA DEPARTMENT DE iNSURANGE COMPANY PROFILE Company Information ALLIED WORLD INSURANCE COMPANY 199 WATER STREET, 24TH FLOOR NEW YORK, NY 10038 Old Company Names ALLIED WORLD REINSURANCE COMPANY CONVERIUM INSURANCE (NORTH AMERICA) INC. RE CAPITAL REINSURANCE CORPORATION ZC INSURANCE COMPANY Agent For Service KARISSA LOWRY 2710 GATEWAY OAKS DRIVE SUITE 150N SACRAMENTO CA 95833 Reference Information NAIC 4: 22730 California Company ID 4: 3186-4 Date Authorized in California: 12/21/1988 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: NEW HAMPSHIRE back to top NAIC Group List NAIC Group #: 3239 Allied World Assur Holding Grp Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer Effective Date 05/22/2013 04/29/2009 12/28/1995 08/16/2002 back to top 0 2008 California Department of Insurance https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyP... 1/27/2016 Bond No. S001-1104 Premium: Included in Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2016-009, adopted January 12, 2016, has awarded to PYRAMID BUILDING AND ENGINEERING, INC., a Cali- fornia corporation (hereinafter designated as the "Principal"), a Contract for: POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the perfor- mance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, PYRAMID BUILDING AND ENGINEERING, INC., a California corporation, as Principal, (hereinafter designated as the "Contractor"), and Allied World Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of SIX HUNDRED N1NTEY TWO THOUSAND Dollars ($692,000), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment In- surance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unem- ployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 11* Revised 3/6/15 Contract No. 5529 Page 35 of 101 Pages (name of Co r) By: (sign here) ,71Qkkt, 'N.GANc(ls,se-) 1) (prinj name here ificc):3C (title and or an' (sign here of signatory) By: Margie Wager, Attorney-in-Fact (printed name of Attorney-in-Fact) ei-19,---1/4------- (sig ture ttorney-in-F ) CELIA A. BREWER City Attome , -t- City Attorney By: In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this blk day Executed by SURETY this 18th day of Vq..AhlkiNak 20\c0 of January , 20 16 CONTRACTOR: SURETY: Pyramid Building and Engineering, Inc. Allied World Insurance Company ‘Akt (priL3 name here) EC 411.-R\ (title and organization of signatory) (name of Surety) 550 S. Hope Street, Suite 1825 Los Angeles, CA 90071 (address of Surety) 213.479.1848 telep one number o7 ety) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: tf14, Revised 3/6/15 Contract No. 5529 Page 36 of 101 Pages Aireanna Mannerud Brown , Notary Public, Insert Name of Notary exactly as itappears on the official seal before me, On JAN tat8 2016 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of San Diego personally appeared Margie Wager Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument arid acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness m Signature Signature of Notary Public OPTIONAL I seal. Though the information below is not required bylaw it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: 0 Individual fl Individual 0 Corporate Officer Title(s): El Corporate Officer Title(s): 0 Partner 0 Limited L General 0 Partner El Limited 0 General gi Attorney in Fact RIGHT THUMBPRINT 0 Attorney in Fact RIGHT THUMBPRINT 0 Trustee OF SIGNER 0 Trustee OF SIGNER 0 Guardian or Conservator fl Other: 0 Guardian or Conservator 0 Other: Top of thumb here Top of thumb here Signer is Representing: Signer is Representing: Place Notary Seal Above AIREANNA MANN ERUD BROWN Commission No. 2133271 2 NOTARY PUBLIC - CALIFORNIA co SAN DIEGO COUNTY Commission Expires November 20, 2019 CA — NOTARIAL ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California San Bernardino County of On 22nd day of January 2016 before me, H. Barber, Notary Public (Day) (Month) (Year) (Name of Notary) personally appeared John A. Garrison & Karen A. Garrison (Name of Individual) who proved to me on the basis of satisfactory evidence to be the person whose nameei -e subscribed to the within instrument and acknowledged to me that Ke4he executed the same in As/Ser authorized capacity , and that by 171s/iier signatur6CD on the instrument the person r the entity upon behalf of which the persorOacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Seal or Stain Here (Signature of Notary) Notary Public for the State of California My Appointment Expires: December 17, 2017 H. BARBER Commission #2049451 Notary Public - California San Bernardino County My Comm. Expires Dec. 17,2017 AKUSA 02775 R 01115/2015 Allied World Surety Division of Allied World Insurance Company 30 S. 17th St., Suite 810 Philadelphia, PA 19103 POWER OF ATTORNEY Issue Date: September 22, 2015 No. 33726-A1064 Single Transaciion Limit: $10,000,000 KNOW ALL MEN BY THESE PRESENTS: Allied World Insurance Company, a New Hampshire corporation (the "Company") does hereby appoint NAME(s). Margie Wager FIRM: SBS Bonds & Insurance Services, Inc. 5255. Escondido Blvd. Suite 102 Escondido, CA 92025 Its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the Company thereby. This Power of Attorney shall remain in full force and effect for one year from the issued date above-referenced and shall expire on close of business of the first anniversary of such Issue Date. IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below, who is duly authorized and empowered to execute on the Company's behalf. This 22nd day of September, 2015 Title: Senior Vice President - Surety State of Pennsylvania County of Philadelphia )ss. On this 22nd day of September, 2015, before me came the above-named officer of ALLIED WORLD INSURANCE COMPANY, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seals of said corporation thereto by authority of his office. Notary My Commission Expires: 08/05/2018 CERTIFICATE Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012: RESOLVED, that the proper officers of the Corporation, the head of the surety business line for the Corporation and their appointed designees (each an "Authorized Officer' and collectively, the "Authorizco Officers') be, and each hereby is, authorized to appoint one or more Attomeys-in-Fact to represent and act for and on behaff of the Corporation in the transaction of the Company's surety business to execute (under the common seal of the Corporation, if appropriate) bonds, undertakings, tecognizances and other contracts of indemnity and writings obligatory in the nature thereof. RESOLVED, that in connection with the Corporation's transaction of surety business, the signatures and attestations of the Authorized Officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures or facsimile seal shall be valid and bindino upon the Corporation when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof. RESOLVED, that in connection with the Corporation's transaction of surety business, the facsimile or mechanically reproduced signature of any Authorized Officer, whether made heretofore or hereafter, wherever appearing upon a copy of any Power of Attomey of the Corporation, with signatures affixed as next above noted, shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. RESOLVED, that in connection with the Corporation's transaction of surety business, any such Attomey-in-Fact delivering a secretarial or other certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney-in-Fact. RESOLVED, that the Authorized Officers be, and each hereby is, authorized to execute (under the common seal of the Corporation, if appropriate), make, file and deliver in the name and on behalf of the Corporation any and all consents, certificates, agreements, amendments, supplements, instruments and other documents whatsoever, and do any and all other things whatsoever in connection with the Corporation's transaction of surety business, as such Authorized Officer shall in his or her absolute discretion deem or determine appropriate and any of the foregoing resolutions, the transactens contemplated thereby and any andllary matters thereto and/or to catty out the purposes and intent thereof, such deeming or determination to be conclusively evidenced by any such execution or the takiiiig of any such action by such Authorized Officer, I, Timothy J. Curry, Secretary of the ALLIED WORLD INSURANCE COMPANY, do hereby certify that the foregoing excerpts of Resolution adopted by the Boa rci of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect. IAN 18 2016 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation, this day of Timothy J. Curly, Secretary SUR 00046 00(3/2013) .20 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called whose address is "Contractor" and hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings re- quired to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow 4P-Ib• —1- Revised 3/6/15 Contract No. 5529 Page 39 of 101 Pages Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title For Escrow Agent: Name Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. 4P11' —r- Revised 3/6/15 Contract No. 5529 Page 40 of 101 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address tat —T- Revised 3/6/15 Contract No. 5529 Page 41 of 101 Pages GENERAL PROVISIONS FOR POINSETTIA LIFT STATION STANDBY PUMP SYSTEM CONTRACT NO. 5529 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS — Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sched- uled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be un- derstood to mean "as required to properly complete the work as required and as approved by the Engineer", unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer', unless otherwise stated. Where the words "ap- proved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its ex- pense, shall perform all operations, labor, tools and equipment, and further, including the furnish- ing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 411k tat --r- Revised 11/24/10 Contract No. 5529 Page 42 of 101 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum — Written or graphic instrument issued prior to the opening of Bids that clarifies, cor- rects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency — The City of Carlsbad, California. Agreement — See Contract. Assessment Act Contract — A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base —A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid — The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder — Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board — The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond — Bid, performance, and payment bond or other instrument of security. City Council — the City Council of the City of Carlsbad. City Manager — the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract —A Contract financed by means other than special assessments. Change Order — A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code — The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager— the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract — The written agreement between the Agency and the Contractor covering the Work. Contract Documents — Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documen- tation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits tat —r- Revised 11/24/10 Contract No. 5529 Page 43 of 101 from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Stand- ard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor — The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contrac- tor" shall mean Contractor. Contract Price — The total amount of money for which the Contract is awarded. Contract Unit Price — The amount stated in the Bid for a single unit of an item of work. County Sealer — The Sealer of Weights and Measures of the county in which the Contract is let. Days — Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection —The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board — Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier — Street light assembly complete, including foundation, standard, luminaire arm, lumi- naire, etc. Engineer — The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile — Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer — A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer — A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire — The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm — The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item — A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification — Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award — The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Revised 11/24/10 Contract No. 5529 Page 44 of 101 Notice to Proceed — A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 — Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fur- ther, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person — Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans — The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract — Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector — The Engineer has designated representative for inspection, contract admin- istration, and first level for informal dispute resolution. Proposal — See Bid. Reference Specifications — Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway — The portion of a street reserved for vehicular use. Service Connection — Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer — Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications — General Provisions, Standard Specifications, Technical Specifications, Refer- ence Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard — The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans — Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications — The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State — State of California. 1% Revised 11/24/10 Contract No. 5529 Page 45 of 101 Storm Drain — Any conduit and appurtenances intended for the reception and transfer of storm water. Street—Any road, highway, parkway, freeway, alley, walk, or way. Subbase —A layer of specified material of planned thickness between a base and the subgrade. Subcontractor — An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade — For roadways, that portion of the roadbed on which pavement, surfacing, base, sub- base, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision — Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement — A written amendment of the Contract Documents signed by both parties. Supplemental Provisions — Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety—Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne—Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility — Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private ease- ment. Work — That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Revised 11/24/10 Contract No. 5529 Page 46 of 101 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile — butadiene — styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/VV Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CI P Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DVVY APPR Driveway approach Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing Fahrenheit F&C Frame and cover F&I Furnish and install FAB Fabricate FAS Flashing arrow sign 4' tat Revised 11/24/10 Contract No. 5529 Page 47 of 101 FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic Invert Elevation Inside diameter NCL Including NSP Inspection NV Invert Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAI NT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL ..Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT RAN Private right-of-way Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RCB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway 1P1fr taw. Revised 11/24/10 Contract No. 5529 Page 48 of 101 SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HVVY State highway STA Station STD Standard STR Straight STR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard Telephone TAN Tangent TC Top of curb TEL Telephone 1-3.3 Institutions. Abbreviation TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TVV Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook WI Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AVVWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey 4111fr t ta —1- Revised 11/24/10 Contract No. 5529 Page 49 of 101 1-4 UNITS OF MEASURE 1-41 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test re- quirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) (Abbreviations) 1 mil (=0.001 in) 1 inch (in) 1 inch (in) 1 foot (ft) 1 yard (yd) 1 mile (ml) 1 square foot (ft2) 1 square yard (yd2) 1 cubic foot (ft3) 1 cubic yard (yd3) 1 acre 1 U.S. gallon (gal) 1 fluid ounce (fl. oz.) 1 pound mass (lb) (avoirdupois) 1 ounce mass (oz) 1 Ton (=2000 lb avoirdupois) 1 Poise 1 centistoke (cs) 1 pound force (lbf) 1 pounds per square inch (psi) 1 pound force per foot (lbf/ft) 1 foot-pound force (ft-lbf) 1 foot-pound force per second aft-lbfys) 1 part per million (ppm) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F=(1.8 x°C)+ 32 °C = (°F — 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) ivy tal) —r- Revised 11/24/10 Contract No. 5529 Page 50 of 101 SI Unit (Abbreviations) 25.4 micrometer (irri) 25.4 millimeter (mm) 2.54 centimeter (cm) 0.3048 meter (m) 0.9144 meter (m) 1.6093 kilometer (km) 0.0929 square meter (m2) 0.8361 square meter (m2) 0.0283 cubic meter (m3) 0.7646 cubic meter (m3) 0.4047 hectare (ha) 3.7854 Liter (L) 29.5735 millileter (mL) 0.4536 kilogram (kg) 0.02835 kilogram (kg) 0.9072 Tonne (= 907 kg) 0.1 pascal second (Pa • s) 1 square millimeters per second (mm2/s) 4.4482 Newton (N) 6.8948 Kilopascal (kPa) 1.4594 Newton per meter (N/m) 1.3558 Joules (J) 1.3558 Watt (W) 1 milligram/liter (mg/L) Common Metric Prefixes kilo (k) 103 centi (c) 10-2 milli (m) 10-3 micro (µ) 10-6 nano (n) 10-9 pico (p) 10-12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes 0 Inches or seconds 1 Number 1 per or (between words) 0 Degree PL Property line CL Centerline SL Survey line or station line OW tate —1- Revised 11/24/10 Contract No. 5529 Page 51 of 101 SECTION 2- SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as pro- vided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in ex- cess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by proce- dures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, 4P1fr i t —r- Revised 11/24/10 Contract No. 5529 Page 52 of 101 the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is sub- contracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percent- age of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for ap- proval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be ac- companied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and ma- terials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hun- dred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 411fr Revised 11/24/10 Contract No. 5529 Page 53 of 101 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. . Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiv- ing notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carls- bad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one (1) set designated as City Drawing No. 486-6 comprised of a total of ten (10) sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Docu- ments are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contrac- tor. tit Revised 11/24/10 Contract No. 5529 Page 54 of 101 The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immedi- ately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law 2) Change orders, whichever occurs last 3) Contract addenda, whichever occurs last 4) Contract 5) Carlsbad General Provisions 6) Technical Specifications 7) Plans 8) Standards plans a) City of Carlsbad Standard Drawings b) Carlsbad Municipal Water District Standard Drawings c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings d) San Diego Area Regional Standard Drawings e) Traffic Signal Design Guidelines and Standards f) State of California Department of Transportation Standard Plans g) State of California Department of Transportation Standard Specifications h) California Manual on Uniform Traffic Control Devices (CA MUTCD) 9) Standard Specifications for Public Works Construction, as amended 10) Reference Specifications 11) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2- 5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engi- neer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from respon- sibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the 4' —r- Revised 11/24/10 Contract No. 5529 Page 55 of 101 original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indi- cate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be ac- companied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans, which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number 7-10.4.1 Subject Trench Shoring 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assem- bled products proposed to be incorporated into the Work. Shop drawings required shall be as speci- fied in the Special Provisions. tat, Revised 11/24/10 Contract No. 5529 Page 56 of 101 1 Title Safety Orders 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless other- wise specified in the Special Provisions or directed by the Engineer. Supporting information for sys- tems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2 2) List of Materials per 4-1.4 3) Certifications per 4-1.5 4) Construction Schedule per 6-1 5) Confined Space Entry Program per 7-10.4.4 6) Concrete mix designs per 03300 7) Asphalt concrete mix designs per 02705 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a sys- tem, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Con- tract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspec- tion at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. tat —r- Revised 11/24/10 Contract No. 5529 Page 57 of 101 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land survey- ing within the State of California, hereinafter Surveyor, to establish the location of the monument be- fore it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a perma- nent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the require- ments of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations, and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Con- tractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all mon- uments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the un- adjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, NOT USED 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 411fr —T- Revised 11/24/10 Contract No. 5529 Page 58 of 101 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce com- pliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, pay- rolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contrac- tor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contrac- tor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. —1- Revised 11/24/10 Contract No. 5529 Page 59 of 101 SECTION 3- CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-t1 General Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General The Agency may change the Plans, Specifications, character of the work, or quan- tity of work provided the total arithmetic dollar value of all such changes, both additive and deduc- tive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conform- ance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropri- ate. If a change is ordered in, an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications; an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 4P1fr Revised 11/24/10 Contract No. 5529 Page 60 of 101 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipu- lated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifica- tions is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for han- dling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer deter- mines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other .1fr tale —r- Revised 11/24/10 Contract No. 5529 Page 61 of 101 direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools, which have a replace- ment value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all inciden- tals. Necessary loading and transportation costs for equipment used on the extra work shall be in- cluded. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcon- tractors. Invoices covering all such items in detail shall be submitted with the request for payment. t 4.111f at —r- Revised 11/24/10 Contract No. 5529 Page 62 of 101 (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be sub- mitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures.. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as com- pensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcon- tractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including load- ing and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and be- fore they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Con- tract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and *IV tat --r- Revised 11/24/10 Contract No. 5529 Page 63 of 101 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions that appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Con- tractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engi- neer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Con- tractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particu- lar circumstances giving rise to the potential claim, the reasons for which the Contractor believes ad- ditional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the Cali- fornia False Claims Act, Government Code Sections 12650-12655. The undersigned further under- stands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on ink tat Revised 11/24/10 Contract No. 5529 Page 64 of 101 the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified here- inafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commenc- ing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract tat — 1- Revised 11/24/10 Contract No. 5529 Page 65 of 101 for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claim- ant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (com- mencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. —r- Revised 11/24/10 Contract No. 5529 Page 66 of 101 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. 411If taw* —r- Revised 11/24/10 Contract No. 5529 Page 67 of 101 SECTION 4- CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be consid- ered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifica- tions. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facili- ties and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Con- tract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or re- move equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical ma- terials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed elec- trical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing 4fs, taw* Revised 11/24/10 Contract No. 5529 Page 68 of 101 of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the En- gineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory ser- vices within 50 miles of the geographical limits of the Agency. For private contracts, all costs of in- spection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless oth- erwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the prod- uct from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the re- quirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. —r- Revised 11/24/10 Contract No. 5529 Page 69 of 101 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those re- quirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that speci- fied. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equip- ment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opin- ion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportion- ing materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in 4p-s, ILA" Revised 11/24/10 Contract No. 5529 Page 70 of 101 the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measur- ing devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to ex- ceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certifi- cates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified As- phalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifi- cations or by the special provisions, required to accept the Work. Credible evidence is process obser- vations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative in- vestigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolu- tion process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notifica- tion. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re- consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an ac- ceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written noti- fication and agrees to bear all investigative related costs thus far incurred; or 4/111, tat —1- Revised 11/24/10 Contract No. 5529 Page 71 of 101 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the as- signable party, the Agency or the Contractor, shall bear all costs associated with the investi- gation. Should assignable causes for the contradiction extended to both parties, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will as- sign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investi- gative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quan- tity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. #1fr fia —r- Revised 11/24/10 Contract No. 5529 Page 72 of 101 SECTION 5- UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to com- mencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installa- tions. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its opera- tions. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accord- ance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the neces- sary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engi- neer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a two (2) inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a two (2) inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. ink tau, —1- Revised 11/24/10 Contract No. 5529 Page 73 of 101 Where concrete is used for backfill or for structures which would result in embedment, or partial em- bedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before com- mencement of work by the Contractor. When the Plans or Specifications indicate that a utility installa- tion is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2015 Edition. Utilities which are relocated in order to avoid interference shall be pro- tected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its conven- ience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall ar- range for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to mini- mize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for addi- tional work, materials or delay associated with the temporary omission. The portion thus omitted shall Revised 11/24/10 Contract No. 5529 Page 74 of 101 be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for pro- tection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunk line utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. tit •IT, Revised 11/24/10 Contract No. 5529 Page 75 of 101 SECTION 6- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 5 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6- 4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Con- struction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the prece- dence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to rep- resent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to pro- ceed and conclude with the date of final completion per the contract duration. The Baseline Construc- tion Schedule shall include detail of all project phasing, staging, and sequencing, including all mile- stones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Con- tractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall pre- pare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corpo- ration to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a sched- 11fr —1— Revised 11/24/10 Contract No. 5529 Page 76 of 101 uling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Cor- poration the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclu- sive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, in- cluding submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the pro- ject work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have rec- ognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency sup- plied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Con- tractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and pri- vate, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor com- plies with the requirements of these supplemental provisions shall be a condition precedent to issu- ance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Con- struction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Con- tractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per 4711f —r- Revised 11/24/10 Contract No. 5529 Page 77 of 101 Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not sub- mitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engi- neer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Con- tractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The sched- ule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. Ink Revised 11/24/10 Contract No. 5529 Page 78 of 101 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their du- rations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and re- turn the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the En- gineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated con- struction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Con- tractor must resubmit the Updated Construction Schedule to the Engineer incorporating the correc- tions and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor im- mediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explana- tion of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. tat, —r- Revised 11/24/10 Contract No. 5529 Page 79 of 101 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, re- vision and maintenance of the Construction Schedule are incidental to the work and no separate pay- ment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all exca- vations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Con- tractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and mate- rials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meet- ings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immedi- ately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeo- logical or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone imple- ments or other artifacts, animal bones, human bones, and fossils. 1111fr tat —r- Revised 11/24/10 Contract No. 5529 Page 80 of 101 The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equip- ment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Con- tractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifica- tions. .1b• —r- Revised 11/24/10 Contract No. 5529 Page 81 of 101 No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. The proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved con- struction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages in- curred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and super- visor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Con- tractor shall diligently prosecute the work to completion within 150 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday 2. Sunday 3. Any day designated as a holiday by the Agency tit Revised 11/24/10 Contract No. 5529 Page 82 of 101 4. Any other day designated as a holiday in a Master Labor Agreement entered into by the Con- tractor or on behalf of the Contractor as an eligible member of a contractor association 5. Any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1 6. Any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1 Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Con- tractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engi- neer for acceptance upon receipt of the Contractor's written assertion that the Work has been com- pleted. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the require- ments of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time al- lowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred Dollars ($500.00) per day. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. 411k t ta , —r- Revised 11/24/10 Contract No. 5529 Page 83 of 101 Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred Dollars ($500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified com- pletion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negli- gence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Con- tractor, Subcontractor, their officers, employees, or agents. 41-W ti --r- Revised 11/24/10 Contract No. 5529 Page 84 of 101 SECTION 7- RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applica- ble provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina- tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Con- tractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occa- sioned by failure of the Contractor to comply with this paragraph. .1fr gl te —r- Revised 11/24/10 Contract No. 5529 Page 85 of 101 All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' com- pensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. (Not Used) 7-5.2 Relations with the Railroad. (Not Used) 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall desig- nate in writing a representative who shall have complete authority to act for it. An alternative repre- sentative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Con- tractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascer- taining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting 4plIf tap. Revised 11/24/10 Contract No. 5529 Page 86 of 101 from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies dur- ing the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to sus- pend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air con- taminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 4tIk tat —r- Revised 11/24/10 Contract No. 5529 Page 87 of 101 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors result- ing from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employ- ees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condi- tion. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and re- move all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Con- tractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to pro- tect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule opera- tions so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Or- der Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (\A/DR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Notice of Intent (N01) shall not be filed for the project. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 4Plfr Revised 11/24/10 Contract No. 5529 Page 88 of 101 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a por- tion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right- of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be in- cluded in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facil- ities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when neces- sary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collec- tion and removal of trash and garbage to maintain existing schedules for these services. 4,11' t —r- Revised 11/24/10 Contract No. 5529 Page 89 of 101 Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impend- ing disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the con- struction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the con- tractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 4' tat —1- Revised 11/24/10 Contract No. 5529 Page 90 of 101 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flag persons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the fol- lowing: 1) The Engineer (760) 602-2720 2) Carlsbad Fire Department Dispatch (760) 931-2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carlsbad Traffic Signals Operations (760) 602-2752 6) North County Transit District (760) 967-2828 7) Waste Management (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's writ- ten approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Con- tractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such tat --r- Revised 11/24/10 Contract No. 5529 Page 91 of 101 traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the ap- proved traffic control plan. All construction area signs shall conform to the provisions of Section 206- 7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214- 5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal ve- hicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20- 1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8 m (6'), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the ac- ceptable shy distance, eg. 0.6 m (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and mate- rials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. tit —r- Revised 11/24/10 Contract No. 5529 Page 92 of 101 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engi- neer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous sub- stances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Sec- tion 5194 of the California Code of Regulations shall be requested by the Contractor from the manu- facturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administer- ing and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain pro- cedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space ip1k tat —1- Revised 11/24/10 Contract No. 5529 Page 93 of 101 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Sec- tion 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required con- fined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all neces- sary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall in- demnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, archi- tects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those em- ployed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 1P1fr —r- Revised 11/24/10 Contract No. 5529 Page 94 of 101 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pur- suant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, ser- vices, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." telje. — r- Revised 11/24/10 Contract No. 5529 Page 95 of 101 SECTION 8- FACILITIES FOR AGENCY PERSONNEL NOT USED 41-1fr —1— Revised 11/24/10 Contract No. 5529 Page 96 of 101 SECTION 9- MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measure- ments or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planim- eter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections in- volved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evi- dence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for dis- posing of rejected or excess material. 4,1fr —r- Revised 11/24/10 Contract No. 5529 Page 97 of 101 Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or be- coming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such pay- ment be construed to be acceptance of any of the Work. Payment shall not be construed as the trans- fer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re- cordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is com- patible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the clo- sure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed pro- gress pay estimate and submit it to the Contractor for the Contractor's information. Should the Con- tractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental pay- ment request is not proper, then the request shall be returned to the Contractor as soon as practicable, 4plIf —r- Revised 11/24/10 Contract No. 5529 Page 98 of 101 but not later than seven (7) days after receipt. The returned request shall be accompanied by a doc- ument setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the re- mainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining pro- gress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress pay- ments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the En- gineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under 4p-s, —r- Revised 11/24/10 Contract No. 5529 Page 99 of 101 any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further infor- mation and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Sec- tion 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction oper- ations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule, and includes full compensa- tion for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and inci- dentals, and for doing all the work involved in mobilization and preparatory work and operations, in- cluding, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be al- lowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. t 111W ad, —1- Revised 11/24/10 Contract No. 5529 Page 100 of 101 Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegeta- tion in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Mobilization (Bid Item No. 1) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation for all costs re- quired to cover preparatory work and operation including but not limited to: those necessary for the movement of personnel, equipment, supplies and incidentals to the project sites; for the establishment of all facilities necessary for the work on the project; for the costs of obtaining the required bonds and insurance; and for all other work and operations which must be performed, or costs incurred prior to beginning work on the various items on the project; and providing a complete schedule of values for each of the bid items per Sections 3-2.4.1 and 9-2 of the supplemental provisions. Dewatering (Bid Item No. 2) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation for all dewatering activities. This includes, but is not limited to, creation of dewatering plan, permitting, testing, treatment, and disposal. Sheeting and Shoring (Bid Item No. 3) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to design, furnish and install all sheeting and shoring. This includes, but is not limited to: stamped shoring design; sheet- ing & shoring materials; installation and required maintenance during construction. Poinsettia Lift Station Improvements (Bid Item No. 4) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation for a complete bypass pumping system at the existing Poinsettia Lift Station. This includes, but is not limited to, supply and installation of the underground prefabricated storage basin; trailer mounted-engine driven bypass pump with suction and discharge piping/appurtenances; connections to existing gravity sewer man- hole and existing force main; removal of surface features, excavation, removal of unused excavated material; supply and installation of imported materials; backfill, compaction, replacement of surface features; electrical, instrumentation and control systems; as well as any other subsidiary items re- quired to provide a complete functional system as described in these specifications and shown on the drawings. ink t marl —T- Revised 11/24/10 Contract No. 5529 Page 101 of 101 TECHNICAL SPECIFICATIONS FOR Poinsettia Lift Station Standby Pump System Prepared for City of Carlsbad Carlsbad, CA Contract No. 5529 September 2015 Kennedy/Jenks Project No. 1287110*02 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 01: GENERAL REQUIREMENTS 01010 Summary of Work and Contract Considerations 01040 Coordination and Project Requirements 01140 Environmental Protection Procedures 01190 Seismic Requirements 01300 Submittals 01500 Construction Facilities and Temporary Controls 01650 Facility Startup 01700 Contract Closeout DIVISION 02: Site Work 02050 Demolition 02301 Earthwork 02705 Paving and Resurfacing DIVISION 03: Concrete 03200 Concrete Reinforcement and Reinforcement Supports 03300 Concrete Mixtures, Handling, Placing and Constructing DIVISION 05: Metals 05090 Structural Metal Fasteners 05500 Metal Fabrications Miscellaneous Metal DIVISION 10: Specialties 10400 Identifying Devices DIVISION 11: Equipment 11001 General Equipment and Mechanical Requirements 11304 Engine Driven Suction Lift Wastewater Pumps DIVISION 13: Special Construction 13215 Underground Tank DIVISION 15: Mechanical 15050 Piping, Valves and Accessories DIVISION 16: Electrical 16010 General Electrical Requirements 16110 Conduit, Raceways and Fittings 16120 Low Voltage Wire and Cable 16124 Signal Cable 16130 Boxes Contract No. 5529 TC - 1 Table of Contents Rev. 9/17/15 TABLE OF CONTENTS (Continued) 16140 Wiring Devices 16402 Underground Electrical Work 16955 Control Deices DIVISION 17: Instrumental and Controls 17000 General Instrumentation, Controls Requirements 17010 Instrumentation and Controls, General Requirements 17140 Level Measurement 17141 Level Detection END OF TABLE OF CONTENTS Contract No. 5529 TC - 2 Table of Contents Rev. 9/17/15 SECTION 01010 SUMMARY OF WORK AND CONTRACT CONSIDERATIONS PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The project includes: site grading; excavation, shoring, dewatering, modifications to existing structures; engine driven bypass pump; underground storage basin; together with associated site work, sewer systems piping, electrical work, instrumentation, painting, and asphalt paving. Project earthwork is unbalanced and requires disposal of unsuitable material and importation of suitable material for engineered fill. 1.02 TYPE OF CONTRACT A. The Work covered by these Contract Documents shall be provided under as lump sum Contract. 1.03 WORK UNDER OTHER CONTRACTS A. Work under other contracts is not anticipated at the Poinsettia Lift Station Site. However, work for the City of Carlsbad may be occurring simultaneously at nearby locations. All interaction, sequencing and operations of the City's systems shall be accommodated by the contractor per Section 7-7 of the General Provisions. 1.04 OWNER-FURNISHED AND INSTALLED ITEMS (N.I.C.) A. Certain items shown or referred to in the Contract Documents are not included in this contract and are marked "Not in Contract" (N.I.C). The Owner will furnish and install N.I.C. items. Contractor shall make required connections between N.I.C. items and mechanical and electrical services provided under this Contract. B. The Contractor shall cooperate with the Owner's workers and shall provide access to work areas and space to store tools, material and equipment. The Owner shall coordinate his work efforts with those of the Contractor and shall adjust his schedule to accommodate the Contractor's schedule. 1.05 CONTRACTOR'S USE OF SITE AND OWNERS CONTINUED OPERATIONS A. The Contractor shall confine his use of the site for work and storage to the Work Area Limits shown on the contract drawings. The Contractor's use of adjacent lands and roads for access to move onto and off of the site and for daily access of workers, material and equipment shall be arranged and scheduled to minimize interference with the Owner's continued operations. B. The Owner intends to continue operation of its existing facility during all or most of the construction period. The Contractor shall plan and schedule its work to Contract No. 5529 01010- 1 Summary of Work and Contract Rev. 9/17/15 Considerations minimize impacting the Owner's continued operations and shall, at all times, maintain safe access for the Owner's operating personnel and equipment. C. The Contractor shall be responsible for maintaining safe emergency exiting for the Owner's and Contractor's personnel in all areas affected by the Contractor's work. D. If operation of the Owner's existing facility is adversely affected by the Contractor's work, the Owner may suffer a financial loss and may make a claim against the Contractor to recover its loss. 1.06 DOCUMENTING EXISTING A. Prior to commencing the Work, tour the site with the Owner and the Engineer. Examine and document photographically and in writing the condition of existing buildings, equipment, improvements, and landscape planting on or adjacent to the site. This record shall serve as a basis for determination of subsequent damage due to the Contractor's operations and shall be signed by all parties making the tour. Record existing conditions by video and still photos with digital copies provided in .mp4 and .jpg format or similar accepted by City. 1.08 SHUTDOWN OF EXISTING UTILITIES, SERVICES OR OPERATIONS A. Obtain the Engineer's approval at least seven (7) days (five working days) prior to the shutdown of any utility, service or operation of any existing facility. Give required notice and make appropriate arrangements with utility owners and other affected parties prior to shutdown of any utility service. The Contractor's Bid shall include the cost of premium time to perform work requiring utility shutdowns on weekends or outside of normal working hours. B. Schedule utility service or operations shutdowns for periods of minimum use and at the Owner's convenience. Have all required material, equipment and workers on site prior to beginning any work involving a possible shutdown. Perform work as required to reduce shutdown time to the minimum. In some cases, this may require increased numbers of workers and/or premium time night or weekend work. C. The Contract Price shall include the cost of additional workers and premium time work required to minimize the impact of utility service or operations shutdowns. 1.09 SCHEDULE OF VALUES A. Specific provisions are described in Section 3.2.4.1 of the General Provisions. B. The Contractor's Schedule of Values shall be in a form acceptable to the Engineer and have at least the following level of detail: a separate line item for each technical specification section, for site mobilization, for Construction Scheduling, for bonds and insurance, for final cleanup and for final deliverables. Subdivide final deliverables into: Record Drawings; Operation and Maintenance Manuals with Parts Lists; and Special Guarantees. Include the appropriate specification section and paragraph number for each line item. Subdivide major trades or portions of the work into multiple line items that relate to observable milestones to aid monthly progress evaluations in accordance with the following example: Contract No. 5529 01010 - 2 Summary of Work and Contract Rev. 9/17/15 Considerations Concrete Work Foundations Slab on grade First floor walls and columns Second floor beams and slabs Second floor walls and columns, etc. 1.10 APPLICATION FOR PAYMENT A. Applications for Payment may be made only in accordance with General Provisions Section 6-1.8. Line items on the Application for Payment shall be the same as those used on the Schedule of Values. Applications for Payment shall contain the Contractors Certification. 1.11 CONTRACT MODIFICATIONS A. Methods of modifying the Contract Documents are covered in General Provisions, Section 3. B. The following documents may be used by the Engineer: 1. Request for Quotation: Issued by the Engineer, a Request for Quotation is used to describe a proposed change and request a cost quotation from the Contractor but does not authorize a change in the Work or in the Contract Time or Price. 2. Change Order: Signed by the Engineer signifying its recommendation, and signed by the Contractor and Owner signifying their acceptance, a Change Order changes the Scope of Work and possibly the Contract Price and/or Contract Time. 3. Work Directive Change: Signed by the Owner (and in some cases by the Contractor) signifying their acceptance and issued by the Engineer, a Work Directive Change is used: (1) to direct the Contractor to do extra work on a cost accounting basis with a fixed maximum sum when the Owner and Contractor have not agreed on the price and time for the change, and (2) to direct the Contractor to do work that the Contractor contends is not included in the contract scope. Work done under case 1 will be converted to a Change Order when the Contractor and Owner agree on the change in price and time. The Contractor may make a claim for recovery of cost and time extension for work done under case 2; but if the claim is denied because the work is determined to be included in the contract scope, then the Contract Time and Price will not be changed. Work done under both cases 1 and 2 shall be done in accordance with the requirements for work done on a cost accounting basis. 4. Response to Request for Information: Issued by the Engineer, a Response to Request for Information is used to order or document minor changes in the work consistent with the intent of the Contract Documents and NOT involving a change in price or time. Information issued on a Response to Request for Information shall NOT authorize a change in Contract Price or Contract Time and shall not be considered a Constructive Change Order. If the Contractor considers that a Response to Request for Information would cause a change in Contract Price or Time, it shall notify the Engineer in writing within 15 days of receipt of the Response to Request for Information and shall not proceed with the work. See General Provisions Section 3. Contract No. 5529 01010 - 3 Summary of Work and Contract Rev. 9/17/15 Considerations 5. The Contractor hereby expressly waives any claim or right to make a claim for an increase in contract time or price without written notice to the Engineer of the Contractor's intent to make a claim 5 days prior to proceeding to execute the work or portion thereof giving rise to such claim. 6. The Contractor agrees that it shall not consider any Response to Request for Information, order, instruction, clarification, suggestion or any other communication either written or oral, given intentionally or unintentionally by the Engineer, Owner or any other person as authorization or direction to do any work that would cause a change in Contract Time or Price unless it is a formal written Change Order or Work Directive Change signed by the Owner. 1.12 REGULATORY REQUIREMENTS A. The codes and regulations adopted by the State and other governmental authorities having jurisdiction shall establish minimum requirements for this project. This project shall comply with the following: 1. Uniform Building Code (UBC) 2. Uniform Building Code Standards (UBCS) 3. Uniform Fire Code (UFC) 4. Uniform Mechanical Code (UMC) 5. Uniform Plumbing Code (UPC) 6. National Electric Code (NEC) 7. California Building Code B. The latest edition of the requirements in effect at the date of submission of bids shall apply. C. The Contractor is responsible for complying with laws and codes applicable to Means and Methods for performing the Work. D. The Contractor is responsible to report code deficiencies in the design to the Engineer prior to proceeding with the Work. E. Paragraphs addressing Pre-Engineered Systems and Performance Specifications in other Sections cover the Contractor's responsibility to comply with code requirements when (1) performance specifications are used to describe all or portions of Work or items and (2) when pre-engineered (contractor designed) systems are specified. F. In cases where the Contract Documents are more restrictive than applicable codes, the Contractor shall comply with the Contract Documents. 1.19 REFERENCE STANDARDS A. When these specifications state that Work or tests shall conform to specific provisions in a referenced standard, specification, code, recommendation or manual published by an association, organization, society or agency the referenced provisions, as they apply to the Work of the Contractor only shall be considered a part of these specifications as fully as if included in total. When these specifications or applicable codes contain higher or more restrictive requirements than those Contract No. 5529 01010 - 4 Summary of Work and Contract Rev. 9/17/15 Considerations contained in reference standards these specifications or applicable codes shall govern. B. The latest edition of a referenced standard published at the time of submission of bids shall apply unless a specific date for the referenced standard is cited in these specifications. C. General provisions in referenced standards, specifications, manuals or codes shall not change the specific duties and responsibilities between any of the parties involved in this work from those described in the General Conditions. Provisions in referenced standards with regard to measurement and payment shall not apply to this Work unless specifically cited. 1.20 SPECIFICATION LANGUAGE AND STYLE A. Many parts of the Specifications as well as notes on the Drawings are written in the active voice and are addressed to the Contractor. 1. When words or phrases requiring an action or performance of a task are used, it means that the Contractor shall provide the action or perform the task. For example: provide, perform, install, furnish, erect, connect, test, operate, adjust or similar words mean that the Contractor shall perform the action or task referred to. 2. When words or phrases requiring selection, acceptance, approval, review, direction, designation or similar actions are referred to, it means that such actions are the Owner's or the Engineer's prerogative and that the Contractor must obtain such action before proceeding. B. Requirements in the Specifications and Drawings apply to all work of a similar type, kind or class even though the word "all" or "typical" may not be stated. 1.21 DEFINITIONS A. The following terms, when used in the Contract Documents, shall have the meanings listed: ACCEPTABLE "acceptable to the Engineer" PERFORM "perform all operations required to complete the work referred to in accordance with the intent of the Contract Documents" PROVIDE "furnish and install the work referred to including proper anchorage, connection to required utilities or other work, testing, adjustment and startup ready to put in service and perform the intended function" REQUIRED "required by the Contract Documents or required to complete the Work and produce the intended results" SATISFACTORY "acceptable to the Engineer" SHOWN "as indicated on the Drawings" SITE "geographical location of the Project and land within the work area shown on the contract drawings and within which the Work will be installed or built" SPECIFIED "as written in the Contract Documents including the Specifications and the Drawings" Contract No. 5529 01010 - 5 Summary of Work and Contract Rev. 9/17/15 Considerations SUBMIT "submit to the Engineer" 1.22 ABBREVIATIONS A. The following acronyms or abbreviations are used in these specifications for the organizations listed. Abbreviation Stands for AASHTO AAMA ABMA ACI ADC AGA AGMA Al AISC AISI AITC AMCA ANSI APA API APWA AREA ASCE ASHRAE ASME ASTM AWPA AWS AVVVVA CAGI CAL/OSHA CAL TRANS CBC CBM CBR Cl CISPI CMAA CPSC CRA CRSI CS CTI DFPA EIA American Association of State Highway and Transportation Officials Architectural Aluminum Manufacturers Association American Boiler Manufacturers Association American Concrete Institute Air Diffusion Council American Gas Association American Gear Manufacturers Association Asphalt Institute American Institute of Steel Construction American Iron and Steel Institute American Institute of Timber Construction Air Moving and Conditioning Association American National Standard Institute (formerly United States of America Standards Institute) American Plywood Association American Petroleum Institute American Public Works Association American Railway Engineering Association American Society of Civil Engineers American Society of Heating, Refrigerating and Air Conditioning Engineers American Society of Mechanical Engineers American Society for Testing and Materials American Wood-Preservers' Association American Welding Society American Water Works Association Compressed Air and Gas Institute State of California Department of Industrial Relations, Division of Industrial Safety California Department of Transportation California Building Code Certified Ballast Manufacturers California Bearing Ratio Chlorine Institute Cast Iron Soil Pipe Institute Crane Manufacturers Association of America Consumer Products Safety Commission California Redwood Association Concrete Reinforcing Steel Institute Commercial Standards for the U.S. Department of Commerce Cooling Tower Institute Douglas Fir Plywood Association Electronic Industries Association Contract No. 5529 01010 - 6 Summary of Work and Contract Rev. 9/17/15 Considerations Abbreviation EPA ETL FM FPS FS G095 GO 128 HI HMI IAPM0 ICB0 IEEE IES IGCC IPCE ISA NAAMM NBS NCPI NEC NEMA NETA NFPA NGVD NSF NWMA OSHA PCA REA SAMA SMACNA SSPC TCA UBC UFC UMC UPC USDC UL WCLIB WIC WQCB WRCB Stands for U.S. Environmental Protection Agency Electronic Testing Laboratory Factory Mutual Insurance Company Fluid Power Society Federal Specifications General Order No. 95, California Public Utilities Commission Rules for Overhead Electric Line Construction General Order No. 128, California Public Utilities Commission Rules for Underground Electrical Construction Hydraulic Institute Hoist Manufacturers Institute International Association of Plumbing and Mechanical Officials International Conference of Building Officials Institute of Electrical and Electronic Engineers Illuminating Engineering Society Insulating Glass Certification Council International Power Cable Engineers Association Instrument Society of America National Association of Architectural Metal Manufacturers National Bureau of Standards National Clay Pipe Institute National Electric Code National Electrical Manufacturers Association International Electrical Testing Association National Fire Protection Association National Geodetic Vertical Datum National Sanitation Foundation National Woodwork Manufacturers Association Occupational Safety and Health Act Portland Cement Association Rural Electrification Administration Scientific Apparatus Makers Association Sheet Metal and Air Conditioning Contractors National Association Structural Steel Painting Council Tile Council of America Uniform Building Code Uniform Fire Code Uniform Mechanical Code Uniform Plumbing Code U.S. Department of Commerce Underwriters Laboratories West Coast Lumber Inspection Bureau Woodwork Institute of California Water Quality Control Board (Regional) Water Resources Control Board END OF SECTION Contract No. 5529 01010- 7 Summary of Work and Contract Rev. 9/17/15 Considerations SECTION 01040 COORDINATION AND PROJECT REQUIREMENTS PART 1 - GENERAL 1.01 PROJECT COORDINATION A. Coordinate scheduling, submittals and work of various Sections of the Specifications and subcontractors to assure efficient and orderly sequence of interdependent construction. Provide accommodations for items to be furnished and installed by Owner and labeled "NIC" (not in contract) on the Drawings and for Owner Furnished Contractor Installed items. 1.02 MECHANICAL AND ELECTRICAL COORDINATION A. The Contractor's superintendent or a specially assigned assistant shall be designated the mechanical/electrical coordinator and shall coordinate the exact location, space priorities and sequence of installation of all mechanical and electrical work with each other and with all other trades. The mechanical/electrical coordinator shall assure compliance with the requirements of this paragraph 1.02. B. The location of mechanical and electrical work may be indicated diagrammatically on the Drawings. Actual locations shall follow locations shown on the Drawings as closely as practicable but shall be altered or adjusted in the field by the mechanical/electrical coordinator as required by the following: 1. In finished spaces install mechanical and electrical work concealed within the space available. 2. Organize mechanical and electrical work to make efficient use of space. Combine similar items into groups; make all runs parallel to or at right angles with building lines. 3. Layout and install work to provide adequate space and access for adjustment, servicing, and maintenance and maximize space available for future installation of additional services or replacement of existing services. 4. Coordinate location of fixtures, outlets, switches, panelboards, pullboxes, and other exposed mechanical and electrical items with functional and visual elements. Verify location of questionable items with Engineer before proceeding. C. Prepare large scale coordinated detailed installation drawings showing the work of all affected trades to coordinate the actual installed location of all equipment and of all mechanical and electrical work for all areas. Review coordination drawings with Engineer and all affected trades before proceeding. D. Review Shop Drawings and Product Data prior to submission for the Engineer's Review to assure that physical characteristics and service requirements are compatible with contract requirements, field conditions, and other items submitted. E. Verify that required services such as electrical power characteristics, control wiring, and utility requirements of items and equipment submitted and furnished are compatible with services provided. Notify Engineer of potential problems prior to ordering items or equipment and prior to installing services or completing Contract No. 5529 01040 - 1 Coordination and Project Requirements Rev. 9/17/15 construction in areas where services would have to be installed. F. Schedule installation sequence of various elements of mechanical and electrical work to achieve optimum compliance with requirements under Mechanical and Electrical Coordination in this Section. G. Conduct regular weekly coordination meetings with affected trades and Engineer to establish and maintain coordination and resolve conflicts or disputes. 1.03 CUTTING, FITTING, AND PATCHING A. Provide cutting, fitting, or patching required to complete the Work and to make all of its parts fit together properly. Include cutting, fitting, and patching required to: 1. Fit the several parts together and to integrate with other work. 2. Uncover work to install or correct ill-timed work. 3. Provide openings in elements of work for penetrations of mechanical and electrical work. 4. Remove and replace defective and non-conforming work. 5. Remove samples of installed work for testing. B. Request guidance from the Engineer prior to beginning cutting or altering construction, which affects: 1. Structural integrity of any element. 2. Functional performance of any element. 3. Integrity of weather-exposed or moisture-resistant elements. 4. Efficiency, maintenance, or safety of elements. 5. Visual qualities of sight-exposed elements. 6. Work by Owner or separate contractor. C. Execute cutting and patching using workers that specialize in and are skilled in installing the type of work being cut or patched. D. Perform work in accordance with the Contract Documents or in the absence of specific requirements comply with best trade practice for the work involved. 1. Execute work by methods that will avoid damage to other work. 2. Provide proper support and substrates to receive patching and finishing materials. 3. Cut concrete materials using masonry saw or core drill. Locate all reinforcing steel, conduits and pipes with electronic detecting devices prior to cutting or core drilling existing concrete. 4. Replace or patch work with new materials meeting the requirements of these specifications or if not specified matching materials and finishes of existing or adjacent work. 5. Cut wall, ceiling and floor finishes to fit snugly around pipes, sleeves, ducts, conduit, and other penetrations. Provide fire and/or acoustical caulking as required by code or conditions of use. 6. Maintain integrity of wall, ceiling, or floor construction; completely seal voids against smoke, fire and water. 7. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. 8. Report any hazardous or unsatisfactory conditions to the Engineer. Contract No. 5529 01040 - 2 Coordination and Project Rev. 9/17/15 Requirements 1.04 ALTERATION PROJECT PROCEDURES A. Plan, schedule and perform alteration work as required to minimize impacting the Owner's continued operations. See Section 01010 paragraph titled "Contractor's Use of Site and Owner's Continued Operations." B. The existing lift station must remain in operation during construction. Schedule utility interruptions, piping connections, and interruption of existing plant operations as required to permit continued compliance with regulatory requirements and to meet Owners flow and processing requirements. C. Perform cutting fitting and patching in accordance with provisions in other paragraphs of this Section. Where new work abuts or aligns with existing work perform a smooth even transition. When a smooth unnoticeable transition is not feasible cut existing surfaces along a straight line at a natural dividing point and provide a groove or cover plate as recommended by the Engineer. D. Provide new construction in accordance with the technical specifications or if not specified provide new construction matching adjacent or similar existing work in material and finish. 1.05 CONNECTIONS TO UNDERGROUND UTILITIES, CONDUITS, OR PROCESS PIPING A. Obtain best available current information on location, identification and marking of existing utilities, piping and conduits and other underground facilities before beginning any excavation. In areas where utilities that participate in Underground Service Alert may occur, call 811 in Southern California for information at least 48 hours in advance of beginning work. Give Engineer 24 hours notice before beginning work. B. The location of existing utilities and underground facilities known to the Design Engineer are shown in their approximate location based on information available at the time of preparing the Drawings. The actual location, size type and number of utilities and underground facilities may differ from that shown and utilities or underground facilities may be present that are not shown. See General Provisions, Section 5 for the Contractor's responsibilities and for differing conditions that warrant a change in Contract Price. C. Use extreme care when excavating or working in areas that may contain existing utilities, process piping, conduits or other underground facilities. Use careful potholing, hand digging and probing to determine the exact location of underground installation. Some locations contain multiple pipes or conduits. Prior to performing any subsurface work, investigate, determine and prepare a plan to turn off or disconnect each utility believed to be in the within 100 feet of the subsurface work in the event of an accidental breach of a utility conduit. D. Where connections to existing utilities or other underground facilities is required or where new piping or conduits may cross or interfere with existing utilities or underground facilities carefully excavate and uncover existing installations to a point 1 foot below the pipe or conduit to determine the actual elevation and alignment. Call the Engineer's attention to differing existing conditions that may require a Contract No. 5529 01040 - 3 Coordination and Project Requirements Rev. 9/17/15 clarification or change. E. Shutdown of existing utilities, services or operations shall be done in accordance with Section 01010. 1.06 FIELD ENGINEERING AND LAYOUT A. See General Provisions, Section 2-9 regarding reference points provided by Owner. B. General Provisions, Section 2-9 requires the Contractor to accurately layout the Work including the corners of buildings and other structures and the elevation of every pipe and tank bottom. C. Employ a Land Surveyor or Civil Engineer to establish and verify the elevation of all elements effecting the hydraulic gradient of the facility including: Pump location, invert of all piping, tank bottoms, and tank tops. Use recognized engineering surveying methods and documentation techniques. 1.07 PRECONSTRUCTION MEETINGS A. Prior to beginning the Work, the Contractor and its key personnel and Subcontractors including the Contractor's Superintendent, Project Manager, and Field Engineer shall attend a meeting with the Owner and the Engineer to discuss the following: 1. Name, Authority, and Responsibilities of Parties Involved 2. Project Procedures: a. Progress meetings b. Correspondence c. Notification d. Submittal of Product Data, Shop Drawing Samples, and Proposed Equivalents e. Requests for Information f. Response to Requests for Information g. Requests for Quotation h. Work Directive Change i. Change Orders j. Engineer's "Items of Concern List" 3. Temporary Schedule and Contractor's Construction Schedule 4. Temporary Facilities and Control 5. Testing During Construction 6. Contractors Coordination 7. Mechanical/Electrical Coordination 8. Maintenance of Record Drawings 9. Owner Provided Items or Work and Owner Furnished Contractor Installed items 10. Early Beneficial or Partial Occupancy 11. Final Testing, Startup, and Balancing 12. Punch Lists and Project Closeout Procedures 13. Final Deliverables including Record Drawings, Operation and Maintenance Manuals, and Special Guarantees. 1.08 PROGRESS MEETINGS Contract No. 5529 01040 - 4 Coordination and Project Rev. 9/17/15 Requirements A. The Engineer will conduct monthly progress meetings with Contractor and Owner at job site. Attendance required by Contractor's project manager, superintendent and affected Subcontractors and suppliers. The Engineer will prepare, maintain and distribute agenda and dated record of: (1) actions required and taken and (2) decisions needed and made. B. Agenda: 1. Review critical items/action list. 2. Review work progress. Compare actual progress with planned progress shown on Contractors rolling three-week Schedule, CPM Construction Schedule. Discuss Corrective action required. Compare actual and projected progress with Contractor's Construction Schedule, propose methods to correct deficiencies. 3. Review status of Submittals; review delivery dates and date of need for critical items. 4. Review coordination problems. 5. Schedule needed testing and critical inspections. 6. Review critical requirements for each trade or major piece of equipment prior to beginning work or installation. 7. Discuss Contractor Quality Control. 8. Discuss open items on Engineers "Items of Concern List." 9. Discuss impact of proposed changes on progress Schedule. 10. Other business. 1.09 PERFORMANCE SPECIFICATIONS AND CONTRACTOR DESIGNED WORK A. Work under this Contract may be specified by a combination of descriptive, performance, reference standard and proprietary specifications. In the event of conflict between any of the various specification methods used to specify a single item the order of precedence shall be the order in which the methods are listed in the preceding sentence. The terms used to describe types of Specifications are taken from the Construction Specification Institute (CSI) Handbook of Practice. B. Where Specifications are used to define the characteristics of Contractor designed systems, items or components, the Contractor shall be fully responsible to design, engineer, manufacture, and install the systems, items and components to meet the specified functional requirements, performance requirements, quality standards, durability standards and conditions of use as well as all applicable codes, regulations and referenced trade or industry standards. The Contractor shall perform such design by employing engineers licensed in the State in which the Work is being constructed. The Contractor's design submittals shall include calculations and assumptions on which the design is based and shall be stamped and signed by appropriately licensed engineers. C. The Owner and the Engineer shall have the right to rely on the expertise and professional competence of the Contractor's design. Favorable review of the Contractor's design submittal shall not relieve the Contractor from full responsibility for the adequacy of the Contractor design. 1.10 MATERIAL AND EQUIPMENT Contract No. 5529 01040 - 5 Coordination and Project Requirements Rev. 9/17/15 A. General: 1. Verify that products delivered meet requirements of Contract Documents and the requirements for Favorably Reviewed submittals. B. Compatibility of Equipment and Material: 1. Similar items, equipment, devices or products furnished under a single specification section shall all be made by the same maker and have interchangeable parts. 2. In addition, but only if so stated in each affected Specification Section, similar items furnished under two or more Specification Sections shall be made by the same maker and have interchangeable parts. 3. All similar materials or products that are interrelated or used together in an assembly shall be compatible with each other. C. Transportation and Handling: 1. Transport and handle products in accordance with manufacturer's instructions. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. D. Storage and Protection: 1. Store and protect products in accordance with manufacturer's instructions. Seals and labels shall be intact and legible. 2. Store moisture sensitive products including motors, electrical equipment, instruments and controls in weathertight, humidity and temperature controlled enclosures. 3. For exterior storage of fabricated products, place items on sloped supports, aboveground. 4. Cover products subject to deterioration from moisture, dust, or sunlight with opaque watertight but breathable sheet covering. Provide ventilation to avoid condensation. 5. Provide offsite storage and protection including insurance coverage when site does not permit onsite storage or protection. 6. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. 7. Provide facilities, equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 8. Arrange storage of products to permit access for inspection. Periodically inspect to assure products are undamaged and are maintained under specified conditions. E. Installation Standards and Manufacturers' Recommendations: 1. Install all products and materials in strict compliance with the most restrictive of the following: a. The manufacturer's or provider's written instructions or recommendations. Follow step-by-step installation procedures. b. Recommendations of referenced trade associations or standards. c. These specifications and drawings. 2. Where conflicts exist present alternatives with advantages and disadvantages to Engineer for decision. Contract No. 5529 01040 - 6 Coordination and Project Rev. 9/17/15 Requirements F. If reference standards or manufacturer's instructions contain provisions that would alter or are at variance with relationships between the parties to the Contract set forth in the Contract Documents, the provisions in the Contract Documents shall take precedence. See General Conditions paragraph 2.3. 1.11 BACKING, SUPPORTS AND FASTENERS A. Provide backing, supports, bracing, fasteners and other provisions required for the proper support and attachment of all work. Backing, supports, bracing and fasteners shall be sized to resist vertical and horizontal loads including seismic and wind loads required by codes listed under Regulatory Requirements in Section 01010 and in accordance with Seismic Design Requirements in this Section and Section 01190. Where finishes in existing facilities must be removed to install backing or where finishes are installed in new construction prior to installing backing the Contractor shall remove finishes, install backing and reinstall finishes. B. Use of explosive powder-driven fasteners is NOT PERMITTED. C. Low velocity pneumatic type power-driven fasteners may be used only: 1. Where specifically shown, specified or approved. 2. Where they meet the structural requirements for a particular assembly with a safety factor of at least 400 percent. 3. Power-driven fasteners may not be used for electrical or mechanical installations or to attach any items loaded in withdrawal or subject to vibration. 4. Non-load bearing metal stud tracks fastened to concrete. Powder-driven fasteners shall not be used within 3 inches of the edge or corners of concrete surfaces 1.13 SAFETY A. In accordance with generally accepted construction practice, applicable law and the General Provisions, Section 7-10, the Contractor shall be solely and exclusively responsible for: 1. Construction means and methods. 2. Safety of employees engaged in the work while on and off the site. 3. Safety of the Owner, the Engineer, the Design Engineer, and others who may visit or be affected by the work. 4. Safety of the work itself including material and equipment to be incorporated therein. 5. Safety of other property at the site or adjacent thereto. 6. Safety programs, equipment and protective devices required to assure the safety of persons and property for whom/which the Contractor is responsible. B. The duties of the Engineer in conducting review of the Contractor's performance is not intended to include review of the adequacy of the Contractor's work methods, equipment, bracing, scaffolding or safety measures in, on, or near the construction site. C. The Contractor is hereby informed that work on this project could be hazardous. The Contractor shall carefully instruct all personnel working in potentially hazardous work areas as to potential dangers and shall provide such necessary safety equipment and instructions as required to prevent injury to personnel and damage Contract No. 5529 01040 - 7 Coordination and Project Requirements Rev. 9/17/15 to property, and to comply with all applicable laws and regulations including State OSHA, Federal OSHA, and other regulations referenced in these Contract Documents. D. The Contractor shall, at all times, maintain the job in a condition that is safe for the Owner, the Engineer and their Consultants to make site visits and to conduct construction reviews. If the Owner or the Engineer cannot allow personnel to visit the job because it is not safe, the Contractor is not providing required safe access to the Work. E. The Contractor shall prepare a Safety Plan meeting the requirements of applicable regulations. As a minimum, the Contractors Safety Plan shall set forth definite procedures for informing workers about safety, for instructing workers in safe practices, for assuring that workers are using appropriate safety equipment and safe work practices and for reporting accidents. 1.14 EXCAVATION AND TRENCHING; WORK WITHIN CONFINED SPACES A. Submit specific plans to the Owner showing details of provisions for worker protection from caving ground in accordance with Section 6705 of the California State Labor Code. The detailed plans shall show the design of shoring, bracing, sloping banks or other provisions and shall be prepared, signed and stamped by a Civil or Structural Engineer licensed in the State in which the Work is performed and retained by the Contractor. The Owner's acceptance of the detailed plans submitted is only an acknowledgment of the submission and does not constitute review or approval of the designs, design assumptions, criteria, completeness, applicability to areas of intended use, or implementation of the plans, which are solely the responsibility of the Contractor and his Registered Engineer. B. Work Within Confined Spaces: Work within confined spaces is subject to applicable laws, regulations and safety orders including applicable California Tunnel Safety Orders. C. The foregoing provisions do NOT reduce the requirement for the Contractor to maintain safety in ALL operations performed by the Contractor or its Subcontractors. 115 CONTRACTOR'S QUALITY CONTROL A. The Contractor shall be fully responsible for inspecting the work of its suppliers and Subcontractors to assure that the work when completed will comply with the standards for materials and workmanship required by the Contract Documents. B. Inspections, periodic observations and testing performed by the Owner or the Engineer are for the Owner's benefit and information only and shall not be construed as partial or incremental acceptance of the work and shall not be deemed to establish any duty on the part of the Owner or the Engineer to the Contractor, its subcontractors or suppliers. See General Provisions, Section 4-1.3. C. The Contractor shall: 1. Monitor quality control over suppliers, manufacturer, products, services, site conditions, and workmanship, to produce work of specified quality. Contract No. 5529 01040 - 8 Coordination and Project Rev. 9/17/15 Requirements 2. Comply fully with manufacturer's installation instructions, including performing each step in sequence as recommended by the manufacturer. 3. Submit a Request for Information to Engineer before proceeding with work when manufacturers' instructions or reference standards conflict with Contract Documents. 4. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. 5. Perform work by persons specializing in the specific trade and class of work required and qualified to produce workmanship of specified quality. 6. Secure products in place with positive anchorage devices designed and sized to withstand seismic, static and dynamic loading, vibration, and physical distortion or disfigurement. D. If reference standards or manufacturers' instructions contain provisions that would alter or are at variance with relationships between the parties to the Contract set forth in the Contract Documents, the provisions in the Contract Documents shall take precedence. E. The Contractor shall provide assistance required by the Engineer to adequately inspect the Work including ladder's, scaffolding, lighting, ventilation and other aids to facilitate access and provide a safe working environment. 1.16 TESTING LABORATORY SERVICES AND CERTIFIED LABORATORY REPORTS A. Provide testing service in accordance with General Provisions, Section 4-1.4 and specific requirements contained in each technical specification section. Submit Certified Laboratory Reports required by technical specification sections. END OF SECTION Contract No. 5529 01040 - 9 Coordination and Project Requirements Rev. 9/17/15 SECTION 01140 ENVIRONMENTAL PROTECTION PART 1 - GENERAL 1.01 SCOPE A. During the progress of the work, keep the work areas occupied by the Contractor in a neat and clean condition and protect the environment both onsite and offsite, throughout and upon completion of the construction project. 1.02 SUBMITTALS A. Develop an Environmental Protection Plan in detail and submit to the Engineer in the Product Review category within thirty (30) days from the date of the Notice to Proceed. Distribute the favorably reviewed plan to all employees and to all subcontractors and their employees. The Environmental Protection Plan shall include, but not be limited to, the following items: 1. Copies of required permits. 2. Proposed sanitary landfill site. 3. Other proposed disposal sites. 4. Copies of any agreements with public or private landowners regarding equipment, materials storage, borrow sites, fill sites, or disposal sites. Any such agreement made by the Contractor shall be invalid if its execution causes violation of local or regional grading or land use regulations. 1.03 MITIGATION OF CONSTRUCTION IMPACTS A. Requirements: All operations shall comply with all federal, state and local regulations pertaining to water, air, solid waste and noise pollution. B. Definitions of Contaminants: 1. Sediment: Soil and other debris that have been eroded and transported by runoff water. 2. Solid Waste: Rubbish, debris, garbage and other discarded solid materials resulting from construction activities, including a variety of combustible and non-combustible wastes, such as ashes, waste materials that result from construction or maintenance and repair work, leaves and tree trimmings. 3. Chemical Waste: Includes petroleum products, bituminous materials, salts, acids, alkalies, herbicides, pesticides, disinfectants, organic chemicals and inorganic wastes. Some of the above may be classified as "hazardous." 4. Sanitary Wastes: a. Sewage: That which is considered as domestic sanitary sewage. b. Garbage: Refuse and scraps resulting from preparation, cooking, dispensing and consumption of food. 5. Hazardous Materials: As defined by applicable laws and regulations. Undisclosed hazardous material contamination, if encountered will constitute a changed site condition. The Owner may retain a separate contractor to dispose of undisclosed hazardous material encountered. Contract No. 5529 01140 - 1 Environmental Protection Rev. 9/17/15 C. Protection of Natural Resources: 1. General: It is intended that the natural resources within the project boundaries and outside the limits of permanent work performed under this Contract be preserved in their existing condition or be restored to an equivalent or improved condition upon completion of the work. Confine construction activities to areas defined by the public roads, easements, and work area limits shown on the Drawings. Return construction areas to their pre-construction elevations except where surface elevations are otherwise noted to be changed. Maintain natural drainage patterns. Conduct construction activities to avoid ponding stagnant water conducive to mosquito breeding. 2. Land Resources: Do not remove, cut, deface, injure or destroy trees or shrubs outside the work area limits. Do not remove, deface, injure or destroy trees within the work area without permission from the Engineer. a. Protection: Protect trees that are located near the limits of the Contractor's work areas which may possibly be defaced, bruised or injured or otherwise damaged by the Contractor's operations. No ropes, cables or guys shall be fastened to or attached to any existing nearby trees or shrubs for anchorages unless specifically authorized. Where such special emergency use is permitted, the Contractor shall be responsible for any damage resulting from such use. b. Trimming: Trim and seal tree limbs overhanging the line of the work and in danger of being damaged by the Contractor's operations in accordance with recognized standards for such work. Remove other tree limbs under the direction of the Engineer, so that the tree will present a balanced appearance. c. Treatment of Roots: Do not cut roots unnecessarily during excavating or trenching operations. Expose major roots encountered in the course of excavation and do not sever. Wrap them in burlap as a protective measure while exposed. Neatly trim all other roots larger than 1 inch in diameter that are severed in the course of excavation at the edge of the excavation or trench and paint them with a heavy coat of an approved tree seal. d. Repair or Restoration: Repair or replace any trees or other landscape features scarred or damaged by equipment or construction operations as specified below. The repair and/or restoration plan shall be favorably reviewed prior to its initiation. e. Temporary Construction: Obliterate all signs of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, or any other vestiges of construction as directed by the Engineer. Level all temporary roads, parking areas and any other areas that have become compacted or shaped. Any unpaved areas where vehicles are operated shall receive a suitable surface treatment or shall be periodically wetted down to prevent construction operations from producing dust damage and nuisance to persons and property, at no additional cost to the Owner. Keep haul roads clear at all times of any object that creates an unsafe condition. Promptly remove any contaminants or construction material dropped from construction vehicles. Do not drop mud and debris from construction equipment on public streets. Sweep clean turning areas and pavement entrances as necessary. 3. Water Resources: Investigate and comply with all applicable federal, state and local regulations concerning the discharge (directly or indirectly) of pollutants to Contract No. 5529 01140 - 2 Environmental Protection Rev. 9/17/15 the underground and natural waters. Perform all work under this Contract in such a manner that any adverse environmental impacts are reduced to a level that is acceptable to the Engineer and regulatory agencies. Refer to the paragraph on control of water in Section 02301 Earthwork, for "dewatering" water disposal requirements. a. Oily Substances: At all times, special measures shall be taken to prevent oily or other hazardous substances from entering the ground, drainage areas or local bodies of water in such quantities as to affect normal use, aesthetics or produce a measurable impact upon the area. Any soil or water that is contaminated with oily substances due to the Contractor's operations shall be disposed of in accordance with applicable regulations. 4. Fish and Wildlife Resources: Perform all work and take such steps required to prevent any interference or disturbance to wildlife. The Contractor will not be permitted to disturb native habitat adjacent to the project area which are critical to fish except as may be indicated or specified. 5. Cultural Resources: The project does not pass through any known archaeological sites. However, it is conceivable that unrecorded archaeological sites could be discovered during the construction. In the event that artifacts, human remains, or other cultural resources are discovered during excavations at locations of the Work, the Contractor shall protect the discovered items, notify the Engineer, and comply with applicable law. 7. Noise Control: The following noise control procedures shall be employed: a. Maximum Noise Levels within 1,000 Feet of any Residence, Business, or Other Populated Area: Noise levels for trenchers, pavers, graders and trucks shall not exceed 90 dBA at 50 feet as measured under the noisiest operating conditions. For all other equipment, noise levels shall not exceed 85 dBA at 50 feet. b. Equipment: Jack hammers shall be equipped with exhaust mufflers and steel muffling sleeves. Air compressors should be of a quiet type such as a "whisperized" compressor. c. Operations: Keep noisy equipment as far as possible from noise-sensitive site boundaries. Machines should not be left idling. Use electric power in lieu of internal combustion engine power wherever possible. Maintain equipment properly to reduce noise from excessive vibration, faulty mufflers, or other sources. All engines shall have mufflers. d. Scheduling: Schedule noisy operations so as to minimize their duration at any given location. e. Monitoring: To determine whether the above noise limits are being met and whether noise barriers are needed, the Contractor shall use a portable sound level meter meeting the requirements of American National Standards Institute Specification 51.4 for Type 2 sound level meters. If non-complying noise levels are found, the Contractor shall be responsible for monitoring and correction of excessive noise levels. 8. Dust Control, Air Pollution and Odor Control: Employ measures to prevent the creation of dust, air pollution and odors. a. Unpaved areas where vehicles are operated shall be periodically wetted down or given an equivalent form of treatment, to eliminate dust formation. b. Store all volatile liquids, including fuels or solvents in closed containers. c. No open burning of debris, lumber or other scrap will be permitted. d. Properly maintain equipment to reduce gaseous pollutant emissions. 9. Construction Storage Areas: Storage of construction equipment and materials shall be limited to the designated Contractor's storage area. Contract No. 5529 01140 - 3 Environmental Protection Rev. 9/17/15 a. Store and service equipment at the designated Contractor's storage area where oil wastes shall be collected in containers. Oil wastes shall not be allowed to flow onto the ground or into surface waters. Containers shall be required at the construction site for the disposal of materials such as paint, paint thinner, solvents, motor oil, fuels, resins and other environmentally deleterious substances. No dumping of surplus concrete or grout on the site will be permitted. 10. Sanitation: During the construction period, provide adequate and conveniently located chemical sanitation facilities, properly screened, for use of construction crews, the Engineer and visitors to the site. Facilities shall be regularly maintained. 11. Fire Prevention: Take steps to prevent fires including, but not limited to the following: a. Provide spark arrestors on all internal combustion engines. b. Store and handle flammable liquids in accordance with the Flammable and Combustible Liquids Code, NFPA 30. c. Provide fire extinguishers at hazardous locations or operations, such as welding. 12. Erosion and Sediment Transport Control: Prepare a SWPPP that identifies pollutant sources that could affect the quality of stormwater discharges from - the construction site. Include control practices that effectively target pollutants in stormwater discharges and comply with the requirements of the revised California Construction Stormwater Permit when it becomes effective in 1 July 2010. To protect receiving water quality, the SWPPP shall include, but is not limited to, the following elements: a. Discharge construction runoff into small drainages at frequent intervals to avoid buildup of large potentially erosive flows. b. Prevent runoff from flowing over unprotected slopes. c. Keep disturbed areas to the minimum necessary for construction. d. Keep runoff away from disturbed areas during construction. e. Direct flows over vegetated areas prior to discharge into public storm drainage systems. f. Trap sediment before it leaves the site, using such techniques as check dams, sediment ponds, or siltation fences. g. Remove and dispose of all project construction-generated siltation that occurs in offsite retention ponds. h. Confine construction to the dry season, whenever possible. If construction needs to be scheduled for the wet season, ensure that erosion and sediment transport control measures are ready for implementation prior to the onset of the first major storm of the season. i. Stabilize disturbed areas as quickly as possible. 1.04 DISPOSAL OPERATIONS A. Solid Waste Management: 1. Supply solid waste transfer containers. Daily remove all debris such as spent air filters, oil cartridges, cans, bottles, combustibles and litter. Take care to prevent trash and papers from blowing onto adjacent property. Encourage personnel to use refuse containers. Convey contents to a sanitary landfill. Contract No. 5529 01140 - 4 Environmental Protection Rev. 9/17/15 2. Washing of concrete containers where wastewater may reach adjacent property or natural water courses will not be permitted. Remove any excess concrete to the sanitary landfill. B. Chemical Waste and Hazardous Materials Management: Furnish containers for storage of spent chemicals used during construction operations. Dispose of chemicals and hazardous materials in accordance with applicable regulations. C. Garbage: Store garbage in covered containers, pick up daily and dispose of in a sanitary landfill. D. Dispose of vegetation, weeds, rubble, and other materials removed by the clearing, stripping and grubbing operations off site at a suitable disposal site in accordance with applicable regulations. E. Excavated Materials: 1. Native soil complying with the requirements of Section 02301 Earthwork, may be used for backfill, fill and embankments as allowed by that section. 2. Spoil Material: a. Remove all material which is excavated in excess of that required for backfill, and such excavated material which is unsuitable for backfill, from the site and dispose of off site in accordance with applicable regulations at the disposal site indicated in the Environmental Protection Plan. No additional compensation will be paid to the Contractor for such disposal. Include all such costs in the lump sum prices bid for the project. Remove rubbish and materials unsuitable for backfill immediately following excavation. Remove material in excess of that required for backfill immediately following backfill operations. b. Rubbish shall consist of all materials not classified as suitable materials or rubble and shall include shrubbery, trees, timber, trash and garbage. END OF SECTION Contract No. 5529 01140 - 5 Environmental Protection Rev. 9/17/15 Section 01190 SEISMIC REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. This Section is applicable to the following secondary structural system elements, non-structural components, and/or equipment supported by structures. 1. Mechanical, electrical, and plumbing equipment and appurtenances, including, but not limited to: 2. Conduit, piping, cable trays, raceways, ducts and similar systems. 3. Tanks and vessels (include contents), including support systems, including, but not limited to: a. All equipment specifically listed in this specification. b. Storage racks, suspended ceilings, light fixtures, raised floors, partitions, store-front, windows, louvers, architectural features and other non-structural components. 1.02 REFERENCES A. American Society of Civil Engineers Standard ASCE 7-10, Minimum Design Loads for Buildings and Other Structures, Chapters 11, 13, 15. B. International Building Code (IBC) Section 1613. C. California Building Code, 2013 Edition 1.03 DEFINITIONS A. Engineer of Record: The Engineer responsible for the preparation of Contract Documents. B. Specialty Engineer: Structural or Civil Engineer provided by the Contractor licensed in the State where the project is being built. Specialty Engineer will be responsible for specific elements of the primary structural system, the secondary structural system, non-structural elements and/or equipment supported by structures. 1.04 GENERAL DESIGN REQUIREMENTS A. The Contractor is responsible for producing designs that resist the total seismic forces in accordance with the seismic design criteria. The Contractor is responsible for coordinating between the Engineer of Record and the Specialty Engineer. B. The seismic design for non-structural components and equipment shall be in accordance with the IBC Chapter 16, and the required coefficients and factors for determining the total design seismic forces are shown on the Drawings. Contract No. 5529 01190 - 1 Seismic Requirements Rev. 9/17/15 C. Coordinate the layout so that adequate space is provided between items for relative motion. Provide additional supports and restraints between items of different systems when necessary to prevent seismic impacts or interaction. D. Design non-building structures in accordance with chapter 15 of ASCE 7-10; all designs utilizing chapter 15 shall include the design and anchorage of the entire non-building structure. E. Design anchorages of all elements of structures, nonstructural components, and equipment supported by structures, to resist static and dynamic operational loads, plus total seismic loads specified in the IBC, ASCE 7-10 Section 13.3.1, and as follows: 1. For suspended equipment, multiply dead load by 1.2 and add 0.2SDs to account for vertical seismic effects in the downward direction. 2. For anchorage uplift, multiply dead load by 0.9 and subtract 0.2SDs if used to reduce vertical seismic effects. 3. Post-installed anchors installed in concrete shall be prequalified for seismic application in accordance with ACI 355.2. F. Design Basis and Coordination: Contractor shall note that the layout of the structure and equipment pads is based on the first named manufacturer and model for the equipment to be anchored. 1. Contractor shall coordinate all attachments and related work and shall provide connections as noted in the favorably reviewed shop drawings. 2. For all suppliers, if the dimensions required by the contractor's submitted anchorage calculations deviate from those provided on the drawings, contractor shall note the deviation in the submittal for review and provide the favorably reviewed pad at no additional cost to the owner. 3. If a model or manufacturer other than the first name supplier is submitted for use by the contractor, contractor shall coordinate all related work and deviations from the drawings. 1.05 DESIGN REQUIREMENTS FOR PIPING, CONDUIT, AND DUCTS A. The Contractor is responsible for producing designs for support of piping, conduit, duct or other systems to resist total seismic forces based on the seismic design criteria coefficients specified above, unless shown on the Contract Documents. Except where the technical specifications give specific exemption from resistance of seismic forces, all supports shall be designed to meet seismic criteria. Support systems for piping, conduit, duct or other systems greater than 5 inches in diameter are shown on the Contract Documents. B. As an alternative to designing the supports and anchorage, where an approved national standard provides a basis for the earthquake-resistant design, submit standard, data, and details for piping, conduit, duct or other systems: 1.06 SUBMITTALS A. Submit in accordance with Section 01300. B. Shop Drawings for non-building structures and contractor designed components: Submit signed and sealed structural calculations and detailed drawings for the following listed elements and where required in Divisions 2 through 17 of the primary structural system and their attachments, the secondary structural system and their attachments, permanent non-structural components and their Contract No. 5529 01190 - 2 Seismic Requirements Rev. 9/17/15 attachments, and the attachments and anchorage for permanent equipment supported by the structure: 1. Any components or equipment where contractor's Specialty Engineer had designed using chapter 15 of ASCE 7-10 (i.e. which are non-building structures rather than equipment) C. Seismic Certification of Equipment: Submit certification for equipment not listed in paragraph B, but included in Divisions 2 through 17 that the equipment itself is designed to resist all internal seismic forces based on the seismic design criteria for the project. Submit Level 1 or Level 2 certification as noted in the equipment specifications. If no level is indicated, provide Level 1 certification. 1. Level 1 Certification shall consist of a written certification from the manufacturer that the equipment is capable of resisting the internal seismic loads due to the loading conditions noted herein and meeting the requirements of ASCE 7 Chapter 13.2.1. 2. Level 2 Certification shall consist of a written certification from the manufacturer, and accompanying test results or experiential evidence, indicating compliance with ASCE 7 Chapter 13.2.2. 3. For elements designed using chapter 15, contractor shall submit complete calculations for the element or non-building structure in lieu of seismic certification. D. Shop Drawings for Anchorage Calculations: Where required in the equipment specifications in Divisions 2 through 17 or listed below, submit signed and sealed structural calculations and detailed drawings from the contractor's Specialty Engineer. 1. Required anchorage items include: a. Pumps b. Pipe supports designed by contractor c. Proposed equivalents E. Structural calculations and detailed drawings shall be prepared by the contractor's Specialty Engineer. F. Structural calculations and detailed drawings shall clearly show the total design seismic forces which will be transferred from the elements of the structural system, non-structural components, and/or equipment and their attachments to the primary structure. Calculations must be reviewed by Engineer of Record for general conformance with the design criteria and building code and therefore calculations shall include: 1. Seismic and wind load criteria used to determine design lateral and uplift forces. For external equipment, a statement should be made as to whether wind controls for all equipment. 2. Derivation of forces used, including at least one complete sample calculation, showing the process used so that Engineer of Record may determine general compliance. Printouts of spreadsheets without explanation of calculations used to determine values are not acceptable. 3. Adequacy of anchorage to concrete and masonry or attachment to the primary structure to transfer the design forces from the element. 4. Detail drawings shall note: a. Required concrete strength, b. Anchor type, dimensions, and materials. Coordinate material selection with Section 05090. Contract No. 5529 01190 - 3 Seismic Requirements Rev. 9/17/15 c. Edge distance, spacing, embedment depth, substrate thickness and any supplementary reinforcing required for anchors installed in concrete. d. Required dimensions of equipment pads based on equipment size and edge distance. The Contractor shall coordinate dimensions of equipment pads, including any revisions required to meet the requirements of the favorably reviewed submittal by the Specialty Engineer at no additional cost to the Owner. G. The Engineer of Record's review of items within a Specification Section cannot be completed until all related items have been coordinated and submitted for review. H. Quality Assurance Submittals 1. Test Reports: Submit test reports for tension testing of anchors. 1.07 QUALITY ASSURANCE A. Qualifications: The Contractor is responsible for submitting signed and sealed structural calculations and detailed drawings from a Specialty Structural or Civil Engineer licensed in the State where the project is being built. B. Regulatory Requirements: Comply with the California adopted and amended versions of the International Building Code (IBC) Section 1613, the referenced sections of ASCE 7 plus clarifications and additions specified in this Section. PART 2 - PRODUCTS (NOT USED) PART 3- EXECUTION 3.01 FIELD QUALITY CONTROL A. Site Tests: Tension testing of expansion or adhesive anchors utilized for anchorage shall be done in the presence of the inspector and a report of the test results shall be submitted. See Specification Section 05090 for additional requirements. B. Inspection: Special Inspection shall be provided for high strength bolting or bolts installed in concrete. See Specification Section 05090 for additional requirements. END OF SECTION Contract No. 5529 01190 - 4 Seismic Requirements Rev. 9/17/15 SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.01 SUBMITTAL PROCEDURES A. Accompany each submittal with a Submittal form, General Provisions, Section 2-5.3 which contains the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. B. Submit the number and type of copies for each submittal and follow the procedures described below or in other paragraphs in this Section. Submit four copies of submittals not covered in this Section 01300. 1. Designation of Superintendent: Submit three copies for information. Include name, address, home telephone number and a brief resume. 2. List of Subcontractors and Major Suppliers: Submit three copies for information. Include address, telephone number and name of responsible party. 3. Schedule of Values, in a form acceptable to the Engineer: Submit three copies for information. No copy will be returned. See General Provisions, Section 3.2.4.1. 4. Subcontractors'/Suppliers'/Manufacturers' Affidavits. Submit three copies for items specified in the Technical Specifications. 5. Environmental Protection Plan. Submit three copies for information. 1.02 SCHEDULE OF SUBMITTALS A. Submit three copies for information. No copy will be returned. B. Within 15 days after the Notice to Proceed, submit a Schedule of Submittals showing the date by which each submittal required for Product Review or Product Information will be made. Identify the items that will be included in each submittal (see paragraph 1.05 of this Section) by listing the item or group of items and the Specification Section and paragraph number under which they are specified. Indicate whether the submittal is required for Product Review of Proposed Equivalents, Shop Drawings, Product Data or Samples or required for Product Information only. 1.03 PLAN OF OPERATIONS A. Submit three copies. B. Before beginning on site work, submit a plan showing Contractor's intended use of the site assigned to it. Show location of enclosing fence, access points and gates. Contract No. 5529 01300 - 1 Submittals Rev. 9/17/15 Show location for Contractor's field office and parking. Show location of Contractor's and Subcontractor's work areas and storage areas. 1.04 CONSTRUCTION SCHEDULE A. Submit four copies for review. See General Provisions, Section 6-1. B. The form of Construction Schedule may be selected by the Contractor but the Schedule shall meet the minimum requirements of General Provisions, Section 6-1. C. If the Construction Schedule does not reflect the format requirements, the specified work, or the Contract Time, it will be returned to the Contractor for modification. D. Revise the Construction Schedule and resubmit within seven (7) days following any monthly meeting to review Contractor's Application for Payment when Contractor's work is fifteen (15) days or more behind schedule. E. Accelerated Work if Required to Meet Schedule: Give Engineer 3 days prior notice of construction that will take place outside of normal work hours or work days. Compensate Owner for extra inspection cost caused by Accelerated Work required to meet Schedule. F. Give Engineer 3 days prior notice of normal work days on which construction will not take place or of scheduled construction that will not take place. Compensate Owner for extra inspection cost resulting from failure to give notice. 1.05 SHOP DRAWING, PRODUCT DATA AND SAMPLES SUBMITTED FOR PRODUCT REVIEW A. This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Engineer's review referred to as Product Review submittals in the Technical Specifications (Division 2 through 17). Submittals required for information only are referred to as Product Information submittals in the Technical Specifications and are covered in paragraph 1.07 of this Section. See General Provisions, Section 2-5.3.1. B. Number and type of submittals: 1. Shop Drawings: Submit one clear, sharp high contrast digital copy, which will be reviewed, marked and stamped. A single electronic copy will be returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 2. Product Data: Submit four clear copies. One copy will be marked, stamped and returned. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturers full range of colors and finishes. Comply with requirements in Technical Specification Sections. One sample will be returned to Contractor. C. The Contractor shall make all Product Review submittals early enough to allow adequate time for the Engineer's review, for manufacture and for delivery at the Contract No. 5529 01300 -2 Submittals Rev. 9/17/15 construction site without causing delay to the Work. Submittals shall be made early enough to allow for unforeseen delays such as: 1. Failure to obtain Favorable Review because of inadequate or incomplete submittal or because the item submitted does not meet the requirements of the Contract Documents. 2. Delays in manufacture. 3. Delays in delivery. D. Content of Submittals: 1. Each submittal shall include all of the items and material required for a complete assembly, system or Specification Section. 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. 3. Include information on characteristics of electrical or utility service required and verification that requirements have been coordinated with services provided by the Work and by other interconnected elements of the Work. 4. Provide verification that the physical characteristics of items submitted, including size, configuration, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items that are existing or have or will be submitted. 5. Label each Product Data Submittal, Shop Drawing and Sample with the information required in paragraph 1.01A of this Section. Highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 6. Additional requirements for Product Review submittals are contained in the Technical Specification sections. 7. Designation of work as "NIC" or "by others," shown on Shop Drawings, shall mean that the work will be the responsibility of the Contractor rather than the subcontractor or supplier who has prepared the Shop Drawings. E. Compatibility of Equipment and Material: Verify that items contained in the same or in different submittals meet the requirements in the paragraph titled "Material and Equipment" in Section 01040 especially the subparagraphs titled "Compatibility of Material and Equipment." F. Requirements for Contractor Designed Items and for First Specified (Named) Items: Verify that items meet the requirements in the paragraph titled "Performance Specifications and Contractor Designed Items" in Section 01040. G. Requirements for the Contractor's review and stamping of submittals prepared by the Contractor or by Subcontractors or suppliers prior to submitting them to the Engineer are covered in General Conditions paragraph 8.8. H. Submittals that contain deviations from the requirements of the Contract Documents shall be accompanied by a separate letter explaining the deviations. See General Provisions, Section 2-5.3. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and explain its advantages and/or disadvantages to the Owner. Contract No. 5529 01300 - 3 Submittals Rev. 9/17/15 3. State the reduction in Contract Price if any that is offered to the Owner. Engineer's Review Procedure and Meaning: 1. The Engineer will stamp and mark each Product Review submittal prior to returning it to the Contractor. The stamp will indicate whether or not the review was favorable and what action is required of the Contractor. Review categories" No Exceptions Taken" and "Make Corrections Noted" both indicate Favorable Review. 2. The Engineer's Favorable Review is contingent on the Contractor's warranties and is subject to all of the limitations and conditions in General Provisions, Section 2-5.3. Favorable Review is also contingent on: a. The compatibility of items included in a submittal with other related or interdependent items included in previous or future submittals. b Future submittal of items related to or required to be part of this submittal that were not included with this submittal. 3. Favorable Review of a submittal does not constitute approval or deletion of items required as part of the submittal but not included with the submittal. Favorable Review of items included in the submittal does not constitute deletion of specified features, options or accessories that were not included in the submittal. 4. The action required by the Contractor for each category of review is as follows: a. NO EXCEPTIONS TAKEN. NO RESUBMITTAL REQUIRED. b. MAKE CORRECTIONS NOTED: (1) NO RESUBMITTAL REQUIRED. The Contractor shall make corrections noted prior to manufacture. (2) PARTIAL RESUBMITTALS REQUIRED. The Contractor shall submit related accessory or optional items as noted which are required but were not included with the submittal and/or shall resubmit • unsatisfactory portions or attributes of items as noted. The Contractor may proceed to manufacture those portions of the submittal that will be unaffected by required resubmittals. c. AMEND AND RESUBMIT. The Contractor shall amend and resubmit the submittal as noted or required to comply with the Contract Documents. d. REJECTED - RESUBMIT. The item submitted does not comply with the Contract Documents in a major way. Resubmit items that comply with the requirements of the Contract Documents. 5. The letter of transmittal accompanying the returned Product Review submittal may contain numbered notes. Marking a corresponding number on a Shop Drawing or Product Data submittal shall have the same affect as applying the entire note to the submittal. J. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall be accompanied by a letter explaining the change. K. Favorable Review Required Prior to Proceeding: Do not proceed with manufacture, fabrication, delivery or installation of items prior to obtaining the Engineers Favorable Review of Product Review submittals. L. Intent and Limitation on Engineer's Review: 1. See General Provisions, Section 2-5.3. 2. The Contractor has primary responsibility for submitting and providing work that complies with the requirements of the Contract Documents. That responsibility Contract No. 5529 01300 -4 Submittals Rev. 9/17/15 cannot be delegated in whole or in part to subcontractors or suppliers. Neither the Engineer's Favorable Review nor the Engineer's failure to notice or comment on deficiencies in the Contractor's submittals shall relieve the Contractor from the duty to provide work, which complies with the requirements of the Contract Documents. 1.06 PROPOSED EQUIVALENTS A. Submit Proposed Equivalent submittal form, General Provisions, Section 4-1.6 and comply with the submittal requirements for Shop Drawings, Product Data, and Samples submitted for Product Review in another paragraph of this Section. B. Time of Submittal: 1. Submittal of Proposed Equivalents must be within 35 days of the Notice to Proceed. The Engineer may agree to a later submittal date if requested in writing within 35 days of the Notice to Proceed. The request shall identify the item, give the Specification reference, and proposed manufacturer and model number of the item that will be submitted and the proposed submittal date. 2. The Engineer's agreement to a later submittal date shall be in writing and shall not be construed as Favorable Review or acceptance of the manufacturer or item proposed. C. Content of submittals shall be the same as that required for Product Data, Shop Drawings and Samples submitted for Product Review in another paragraph of this Section. In addition, the Contractor shall provide information on several recent similar installations of the item to verify its suitability. The information shall include the project name and location, the Owner's name, address, telephone number and name of a knowledgeable person to contact for information on performance of the product. D. When the Contractor has listed specific maker's products submitted with its Bid no changes will be permitted without submittal of acceptable evidence justifying the change and the Engineer's written approval. E. If a non-equivalent substitute is submitted for review, it shall be accompanied by a proposed reduction in Contract Price which shall include the increased cost of Engineering service required to evaluate the proposed substitute (which shall be paid to the Owner whether or not the substitute is accepted) plus the greater of 1) the difference in price between the first specified item and the item submitted and 2) the difference in value to the Owner between the two items. 1.07 PRODUCT INFORMATION SUBMITTALS A. Submit three copies or one digital copy. No copies will be returned. B. Product Information submittals are required for the Owner's permanent records and will be used for future maintenance, repair, modification or replacement work. Product Information submittals will be examined only to verify that the required submittals have been made; they will NOT be reviewed for compliance with the Contract Documents. Contract No. 5529 01300 - 5 Submittals Rev. 9/17/15 B. Make Product Information submittals prior to delivering material, products or items for which Product Information submittals are required. C. The Contractor has the sole and exclusive responsibility for furnishing products and work that meets the requirements of the Contract Documents. D. The Engineer reserves the right to comment on any submittal and to reject any product or work delivered, installed or otherwise at any time that the Engineer become aware that it is defective or does not meet the requirements of the Contract Document. 1.08 OPERATION AND MAINTENANCE MANUALS AND PARTS LISTS A. Submit three complete sets. B. Provide operation and maintenance manuals and parts list for all equipment furnished under this contract. Comply with the detailed requirements in Technical Specification sections. Include instructions for delivery, storage, assembly, installation, lubrication, adjusting, startup, operation and maintenance. 1. For all equipment include: a. Startup instructions b. Normal operation instructions. c. Trouble shooting instructions. d. Lubrication instructions. e. Maintenance and reinstallation instructions. f. Parts identification. g. List of spare parts recommended to have on hand. h. Operator safety instructions. 2. For all Electrical Equipment, provide the following additional information: a. Equipment ratings. b. Calibration curves and rating tables if appropriate. 3. For Complex Equipment provide in addition: a. Alternate specified operating modes. b. Emergency shutdown instructions. c. Normal shutdown instructions. d. Long-term shutdown instructions. 4. Operation and maintenance manuals for systems composed of separate pieces of equipment shall include a system explanation of items 1, a, b, and c, and 3a through c, as well as the instructions for each separate piece of equipment. C. Submit at least 15 days prior to Facility Startup and Training specified in Section 01650, paragraph 1.05. D. Provide the number of copies specified in paragraph 1.01 of this Section. Bind each copy in one or more "D" ring, 8-1/2x11, 3-ring binders with clear view spine and cover, Avery E-Z —D View Binder; K&M; or equal. Prepare Titles for the spine and cover and a Table of Contents listing each piece of equipment. Organize the contents by Specification Section and paragraph number under which the equipment was specified. Provide labeled tab separators for each major item or group of smaller similar items. When standard manufacturers literature is used highlight or mark all copies to shop specific items and options provided. Contract No. 5529 01300 - 6 Submittals Rev. 9/17/15 1.09 MANUFACTURER'S CERTIFICATES A. Submit three copies. B. When specified in Technical Specification section, submit manufacturers' certificate to Engineer for review. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. 1.10 CONSTRUCTION PHOTOGRAPHS A. Each month submit photographs to Engineer with Application for Payment. B. Photographs: Submit digital copy in .jpg, .pdf format or similar preapproved by Engineer. C. Take two site photographs from different directions and five, interior/exterior photographs to show progress of the Work. Make photographs within 5 days of the Application for Payment Date. D. Identify photographs with date, time, orientation and project identification. E. With the written consent of the Engineer, digital photographs in JPEG format may be acceptable. END OF SECTION Contract No. 5529 01300 - 7 Submittals Rev. 9/17/15 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL 1.01 TEMPORARY UTILITIES A. Sanitary Facilities: Provide and maintain self-contained portable sanitary facilities for the Contractor's, subcontractor's, Engineer's, and Owner's use. Facilities shall comply with applicable regulations and shall be serviced, cleaned and disinfected frequently. B. Temporary Water, Power and Telephone Service: I. Water: Connect to existing water service and provide backflow prevention devices. Install a meter and reimburse the Owner for the cost of water used. 2. Power: Connect to the existing electrical service with a service disconnect switch. Provide overcurrent and ground fault protection. Provide a meter and reimburse Owner for the cost of energy used. 3. Telephone: Provide temporary telephone service and facsimile line service for the Contractor's and Engineer's use. C. Temporary Ventilation: Provide equipment to ventilate enclosed areas to dissipate humidity and to prevent accumulation of dust, fumes, or gases. Utilize new ventilation equipment and supplement with temporary fans to maintain clean air and safe conditions for construction operations. Replace or clean filters on existing or new equipment on completion. D. Temporary Lighting: Provide and maintain lighting for construction operations to achieve a minimum lighting level of 20-foot candles for rough work and 60-foot candles for finish work. E. Temporary Fire Protection: 1. Provide and maintain fire protection equipment, including extinguishers, fire hoses, and other equipment required by law, insurance carriers, or necessary for proper fire protection during the course of the work. 2. Use fire protection equipment only for fighting fires. 3. Locate fire extinguishers in field offices, storage sheds, tool houses, temporary buildings, and throughout the construction site. 1.02 TEMPORARY CONSTRUCTION A. The Contractor is solely and exclusively responsible for the design, construction and maintenance of all temporary construction including forms, falsework, shoring, scaffolding, stairs, ladders and all other similar items. B. Construct adequate and safe forms and falsework, to rigidly support partially completed structures. Provide temporary bridges and decking to maintain vehicular and pedestrian access. Design and construct temporary forms, falsework, bridges and decking in accordance with applicable regulations and codes. Contract No. 5529 01500 - 1 Construction Facilities and Temporary Rev. 9/17/15 Controls 1.03 BARRICADES, FENCES AND ENCLOSURES A. See General Provisions, Section 7-10 and Section 01040. B. Barricades: Provide temporary guard rails, ladders, stairs, guards, and barricades to protect persons in accordance with applicable regulations, including California Code of Regulations Title 8 and Cal/OSHA. C. Fences: 1. Existing fences enclose the present facilities site. The fences are for the protection and security of the present operating facilities. If it is necessary for the Contractor to remove some of the fences for installation of new work, the Contractor shall provide equivalent temporary protection and security. Replace fencing removed by the Contractor with new fencing of equivalent quality prior to completion. D. Enclosures: 1. Provide protective dust covering at doors and other openings to contain dust within the construction area. 2. Provide temporary partitions to prevent dust and moisture from entering Owner- occupied areas and to prevent damage to existing materials and equipment. Temporary partitions shall be of non-combustible construction such as metal studs and gypsum board. 3. Provide temporary watertight closures for openings in exterior surfaces as required to protect interiors from weather, moisture, humidity and extreme temperature. 1.04 PROTECTION OF INSTALLED WORK A. Provide temporary and removable protection for installed products. Control activity in immediate work area to minimize damage. B. Protect finished equipment and surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by covering surfaces with 1/2-inch-thick CDX plywood with all joints continuously taped with 2-inch-wide duct tape. C. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is unavoidable provide adequate protection to prevent damage to waterproof membranes and comply with recommendations for protection of the waterproofing or roofing material manufacturer. D. Provide heavy planking to protect curbs, gutters, culverts, paving and similar surfaces from damage by heavy equipment or vehicles. 1.05 SECURITY A. Provide security and facilities to protect the Work, existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. B. Employ the services of a licensed security firm to patrol the site during non-working hours. Contract No. 5529 01500 - 2 Construction Facilities and Temporary Rev. 9/17/15 Controls 1.06 ACCESS ROADS AND PARKING AREAS A. Access Roads: Use only access roads designated on the Drawings. B. Parking: 1. Park in designated parking areas for construction personnel where shown on the Drawings in the Contractor's storage areas. 1.07 TEMPORARY CONTROLS A. Cleaning: 1. During Construction: Maintain the site and all work in a clean orderly fashion free of waste debris and rubbish. Store debris in covered containers. Pick up and remove debris daily if required, but not less frequently than weekly. Burning debris on site is not permitted. Remove debris from permanently closed spaces prior to enclosing them. Clean mud from vehicles before leaving the site. 2. If work under this Contract creates dusty, dirty or unsightly conditions in adjacent areas, the Contractor shall immediately cleanup the affected areas. 3. Final cleanup is specified in Section 01700. B. Dust Control: Employ measures to prevent the creation of dust which may produce damage or nuisance to property or persons. Be responsible for all damage resulting from dust produced by construction operations. Periodically wet down unpaved areas where vehicles are operated. See Earthwork specification sections. C. Erosion and Sediment Control: Employ measures to prevent erosion and trap any sediment created by construction operations before it leaves the site. Prevent sediment from entering streams or other water bodies. D. Noise Control: Comply with regulations limiting construction noise levels. Use whisper quite air compressors. Use jack hammers with exhaust mufflers. Prevent noise disturbance to the public and adjacent property owners. E. Pest and Rodent Control: Avoid creating conditions conducive to pests and rodents. Comply with regulations governing the use of chemicals to control pests and rodents. F. Water Control: Maintain excavations free of water. 1.08 TRAFFIC REGULATION A. Conduct operations so as to offer the least possible obstruction and inconvenience to public traffic. Do not overload or damage paved or improved surfaces, sidewalks, curbs or gutters. B. Provide temporary barricades, lights, flag persons and other means to safely control pedestrian and vehicular traffic entering and leaving the project site and on the project site. END OF SECTION Contract No. 5529 01500- 3 Construction Facilities and Temporary Rev. 9/17/15 Controls SECTION 01650 FACILITY STARTUP PART 1 - GENERAL 1.01 FACILITY STARTUP A. Commission all systems and equipment to verify performance, function, and correct operation by performing procedures to activate, startup, adjust, test, and demonstrate that the work is in operating order in accordance with these general requirements of this Section and the detailed requirements of the technical sections under the system or equipment specified. To ensure that the work is ready for full-time operation the procedures include verification, balancing, calibration, witness testing, documentation, inspection by equipment manufacturers and operator training where specified. B. Notification: Notify the Engineer five days prior to starting each system or piece of equipment. C. Coordination: During the startup period, coordinate the operation of the equipment with Engineer, subcontractors, Owner's operators, and manufacturer's representatives. D. Furnish test equipment, measuring devices and supplies required to conduct tests. E. Maintain the equipment until acceptance. Provide all lubricants, chemicals, and electricity necessary until acceptance. F. Furnish all expendable supplies, gas, water, etc., required for startup, demonstration and testing and dispose of all waste or used supplies, water, etc. 1.02 SUBMITTALS A. Startup Plan, Forms, and Schedule: Prepare a facility startup plan and schedule. The plan shall include test methods and procedures and sample forms for recording test data. B. Affidavit. C. Submit documentation of tests, balancing reports, and the like. 1.03 INITIAL STARTUP AND OPERATION OF FACILITIES A. The following listing is a general sequence of startup activity steps to be used in placing facility systems into operation: 1. Perform initial lubrication of equipment and have manufacturers check and adjust equipment. Provide all subsequent lubrication and maintenance, and such staff as required for test operation until the Owner assumes equipment maintenance responsibility after Step 14 below. 2. Perform satisfactory testing of electrical work required prior to energizing of the electrical system. Contract No. 5529 01650 - 1 Facility Startup Rev. 9/17/15 3. After completion of Step 2, perform satisfactory electrical testing required after energizing of the electrical system. 4. Complete calibration of instruments. 5. Satisfactorily complete system verification of instrumentation work. 6. After completion of Steps 1 and 3, perform a rotational test of equipment and correct backward rotating drives. 7. After completion of Steps 5 and 6, test operate the equipment by manually initiating the operation. Where manual operation bypasses alarm or safety monitoring, provide continuous supervision of such parameters. Perform this step using water in lieu of chemicals or other process liquids. Use dry air or nitrogen in lieu of hazardous gases. 8. Concurrent with Step 7, perform instrumentation and control testing and adjustments as related to the equipment being tested. 9. Concurrent with Step 7 and where possible at this stage of startup, complete the performance testing specified for the equipment. 10. Concurrent with Step 7, perform adjustments of the electrical work as related to the equipment being tested. 11. Repeat Steps 1 through 10 as required for other equipment items until all process components and utility systems are ready for total operation. It may be necessary for the Contractor to put portions of the newly constructed facility in service before constructing other portions of the facility or completing the Work as a whole. 12. Notify the Owner and the Engineer 45 days before total operation is to occur so that the Owner may make arrangements for full time operation. This notification shall have an accuracy of plus or minus 7 days. Notify the Owner and Engineer again, exactly 7 days before total operation is to begin. 13. Upon completion of all the above steps, the facility shall be started up and operated, in "Run" mode (simulating an emergency event which fills the basin) on a complete full time basis beginning on the indicated date for a period of seven (7) hours, continuously. The Owner will provide operating personnel and untreated water as required for testing purposes. For two consecutive days beginning with the start-up day, the Contractor shall have at the plant site, during the day shift, a mechanic, an electrician and an instrument engineer. Representatives of manufacturers of critical equipment shall also be present for these five days as needed or as required elsewhere in the specifications. The Contractor shall also provide these personnel, on a 24-hour per day, "on call" basis, if necessary, to adjust, repair, and correct deficiencies as required to keep the facilities in continuous "Standby" operation for a period of 30 days. The Contractor shall train the operators in the proper operation and the control of the new facilities. The Contractor shall also furnish all such mechanical and electrical workers as required to make adjustments to and perform all required maintenance for the operating equipment until the end of the 30-day initial operation period. Maintenance of operating equipment shall include lubrication, adjustments, replacements, and modifications as required. 14. After successful completion of the 30-day initial operation period, the Owner will take over maintenance duties as well as operation and will begin to provide and pay for lubricants. If continuous process operation is interrupted for a period of four consecutive hours or more due to a failure of the equipment or work provided by the Contractor, then the counting of the 7 hour and/or 30-day periods, described in Step 13 above, shall be restarted at day one if these periods have not reached satisfactory completion. Contract No. 5529 01650 - 2 Facility Startup Rev. 9/17/15 15. Following the commencement of Step 13, satisfactorily complete equipment performance testing, electrical testing and adjustments, and instrumentation/control testing and adjustments to the extent that such testing and adjustments could not be made prior to full operation. 16. Complete the documentation of test, balancing reports, and the like commissioning for submittal during the startup process and before acceptance. 1.04 MANUFACTURER'S FIELD SERVICE AND AFFIDAVITS A. Field Service: Where specified, manufacturers of equipment shall provide field service. Field service shall be provided by an authorized factory-trained and qualified manufacturer's representative for the specific equipment. Equipment shall not be considered ready for full time operation until after the manufacturer's representative has checked and adjusted the equipment, and certified by written affidavit that the equipment has been properly installed, tested, adjusted, lubricated, and calibrated, and is ready for full time operation. B. Affidavits: Acceptable affidavits shall be submitted prior to completion of the work. 1. Affidavits shall contain the following specific wording: "The Automatic Bypass Pump has been properly installed, tested, adjusted, lubricated, and calibrated, and is ready for full time operation. The installation has been inspected and has been found to be in conformance with our (the manufacturer's) standards and requirements." 2. No amplification, dilution, or modification of this specific wording will be permitted. 1.05 TRAINING A. Submit Operation and Maintenance Manuals and Parts Lists specified in Section 01300 at least 15 days prior to the first training session. B. Demonstrate the operation, maintenance and safety procedures for all systems and equipment to personnel designated by the Owner. C. Provide 4 hours of classroom training and 4 hours of onsite demonstration of systems and equipment. 1. Illustrate classroom training with diagrams, checklists, photographs and other visual aids as appropriate. Use video, slides, or overhead projector to present visual materials. 2. Prepare a course summary illustrated with copies of visual materials. Distribute one copy to each course attendee, four copies to the Owner and two copies to the Engineer. D. In addition to overall training specified above, provide special demonstration and training for specific pieces of equipment specified in the Technical Specification Sections. END OF SECTION Contract No. 5529 01650 - 3 Facility Startup Rev. 9/17/15 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 FINAL CLEANUP A. Prior to Final Inspection clean the entire construction area and all other areas affected by the performance of work under this Contract. Perform cleaning using personnel specializing in and skilled in cleaning and maintenance work. Perform repair work using personnel skilled in executing the type of work being repaired. Perform all work to the highest trade standards applicable to that type of work. 1. Remove all temporary construction, signs, tools, equipment, excess material and debris. 2. Remove all lumps, splatters, spots and stains caused by paint, adhesive, asphalt, concrete, mortar, sealant or other foreign material from exposed or finished surfaces. Remove all temporary labels. 3. Repair, patch or replace new or existing work including pavement, sidewalks, curbs, gutters, catch basins, gratings, manholes, covers, landscaping, plant materials and other items that have been damaged, broken, cracked or chipped as a result of performing this Work. 4. Sweep clean and wash down all exterior pavement. Remove all hazardous material and material that may cause sediment in drainage systems prior to washdown. Remove all grease and oil stains on pavement caused by Contractor's equipment. 1.02 CONTRACTOR'S ACTION LIST OF ITEMS TO BE CORRECTED AND/OR COMPLETED A. During construction, the Contractor shall maintain an action list of items to be corrected and/or completed. The Contractor shall regularly add items and update the list as information becomes available or as requested by the Engineer. The Contractor shall deliver a current copy of the list to the Engineer at each progress meeting. 1.03 SEMIFINAL INSPECTION/SUBSTANTIAL COMPLETION A. See General Provisions, Section 6-8. When the Contractor considers the Work nearly complete, the Contractor shall review the Contract Documents, inspect the Work, and use the Contractor's action list to prepare a Contractor's Punch List of all deficient or uncompleted items. The Contractor shall complete or correct items on the Punch List. When the Work is Substantially Complete in accordance with General Provisions, Section 6-8, the Contractor shall notify the Engineer in writing that the Contractor has reviewed the Contract Documents, inspected the Work and believes that the Work is Substantially Complete and ready for Semifinal Inspection. B. See General Provisions, Section 6-8. On receipt of the Contractor's Punch List and notice that the work is ready for Semifinal Inspection, the Engineer will inspect the Work. The Engineer may add additional items to the Contractor's Punch List, may find that the work is not ready for inspection, is ready for inspection but not Substantially Complete or that the Work is Substantially Complete. When the Contract No. 5529 01700 - 1 Contract Closeout Rev. 9/17/15 Engineer finds the Work is Substantially Complete, it will prepare a Final Punch List and a notice of Substantial Complete, which will state the date of Substantial Completion and the time agreed to by the Owner and the Contractor (not to exceed 30 days) in which the Work shall be fully complete and ready for Final Inspection. 1.04 FINAL INSPECTION, FINAL COMPLETION AND FINAL PAYMENT A. See General Provisions, Section 6-8. When the Contractor has completed or corrected all the items on the Engineer's Final Punch List, the Contractor shall give the Engineer written notice that the Work is ready for Final Inspection. When the Engineer finds the Work acceptable and fully complete in accordance with the Contract Documents, and upon receipt of a final Application for Payment and all final submittals, the Engineer will recommend that the Owner issue a Notice of Final Completion, make Final Payment and Accept the Work stating that to the best of the Engineer's knowledge, information and belief, and on the basis of the Engineer's observations and inspection, the Work has been fully completed in accordance with the terms and conditions of the Contract Documents. B. Final Submittals include: 1. Operation and Maintenance Manuals and Parts Lists 2. Record Drawings 3. Extra Materials 4. Special Guarantees 5. Maintenance Contracts 6. Insurance Certificate showing required continuation of coverage beyond Final Payment. 7. Release of Liens. 8. Waiver of Claims by Contractor. General Provisions, Section 9-3.2. 9. And any other submittals required by the Contract Documents and not previously received. C. The Owner will record the Notice of Final Completion at the County Recorders Office in the County the project is located within 10 days after completion in order to limit the lien period to 30 days for Subcontractors and 60 days for prime contractors. D. The Owner will make Final Payment to the Contractor 35 days after recording the Notice of Final Completion. 1.05 RECORD DRAWINGS A. The Contractor shall maintain on the jobsite, a complete set of Contract Documents and a complete file of all addenda, contract modifications and favorably reviewed submittals. The Contractor shall prepare a set of Record Drawings concurrently with the construction of the Work and in accordance with General Provisions, Section 2-5.4 and the following: 1. Show the invert elevation of all gravity piping and the top of pipe, top of conduit or top of protective concrete encasement for other utilities. Elevations shall be related to a permanent visible elevation benchmark set at the site by the Contractor. Contract No. 5529 01700 - 2 Contract Closeout Rev. 9/17/15 2. Show the horizontal location of underground utilities measured from permanent visible physical features such as face of building, face of tank, or centerline of manhole. 3. Comply with detailed requirements in technical specification sections describing the type of information required on Record Drawings. The Contractor's copy of Contract Documents, Contract modifications and Record Drawings shall be available to the Engineer for weekly verification that the records are being currently updated. C. Submit Record Drawings and obtain acceptance prior to completion. 1.06 EXTRA MATERIALS A. Deliver specified extra materials and parts to Owner. Itemize all items on a transmittal letter in duplicate and obtain signature of receiving party. Submit copies of signed transmittals for all specified extra materials and parts prior to completion. 1.07 SPECIAL GUARANTEES A. General Provisions, Section 6-8 covers the Contractor's responsibility to remedy defects due to faulty workmanship and materials, which appear within one year from the date of Final Completion and acceptance by the Owner. B. Guarantees for more than one year when called for in various sections of the Specifications shall be evidenced by the Contract Documents and in the form of a special guarantee written on the letterhead of the Contractor, Subcontractor, or Supplier doing the work and/or supplying the item to be guaranteed, and countersigned by the Contractor as follows. Failure to provide the special guarantee on the letterhead shall not relieve the Contractor, Subcontractor, or Supplier from its obligations for the special guarantees. C. Special Guarantee: We hereby guarantee that the emergency bypass pumping system which we have provided at the Poinsettia Lift Station, was done in accordance with the Drawings and Specifications, and that the work, as installed, will fulfill the requirements of the guarantee included in Specification Section . We agree to repair or replace any or all of our work, together with any other adjacent work which may be damaged or displaced by so doing, that may prove to be defective in workmanship or material (with the exception of defects due to ordinary wear and tear, and unusual abuse or neglect) within a period of years from the date of acceptance of the abovenamed facility, without any expense whatsoever to the Owner. In the event of our failure to comply with the above-mentioned conditions within the period set forth in General Provisions, Section 6-8 after being notified in writing by the Owner, we, collectively or separately, do hereby authorize the Owner to proceed to have said defects repaired and made good at our expense, and we will honor and pay the costs and charges therefor upon demand. We understand that the provisions of General Provisions, Section 6-8 apply to this Special Guarantee. Contract No. 5529 01700 - 3 Contract Closeout Rev. 9/17/15 Signed (Subcontractor or Supplier) Company Address Telephone Number Countersigned (Contractor) D. Submit two notarized original signed copies of each required Special Guarantee prior to completion. 1.08 TWELVE-MONTH INSPECTION A. Thirty (30) days prior to the expiration of the one-year guarantee period described in General Provisions, Section 6-8, the Contractor shall tour the project with the Engineer and/or the Owner to prepare a list of corrective work required under the 12-month guarantee. The Contractor shall correct all items found to be defective within 20 days of receipt of the list of items to be corrected. END OF SECTION Contract No. 5529 01700 -4 Contract Closeout Rev. 9/17/15 SECTION 02050 DEMOLITION PART 1 - GENERAL 1.01 DESCRIPTION A. Provide all demolition required to perform the work covered under this contract including without limitation: 1. Remove existing construction shown to be removed. 2. Remove and replace existing construction and/or finishes as required to provide access to perform other work included in this contract. 3. Include removal of mechanical and electrical work that is to be abandoned and is contained in construction to be removed whether or not the mechanical and electrical work is shown. Disconnect and cap off utilities in accordance with applicable codes and safety regulations. 4. Where utilities that are not shown pass through construction that must be removed and those utilities serve other areas notify the Engineer before disrupting service. If rerouting is required to maintain service, the Owner may issue a Change Order to accomplish the required work. 5. Store and protect items intended for reuse. 6. Assume ownership of debris and unwanted materials, remove from the site and dispose of legally. 7. Include the cost of removing and disposing of material as required to provide a complete working system and as shown on the drawings and called out in these specifications. 1.02 NOISE AND DUST CONTROL A. Perform work in accordance with requirements in Division 1. Particular attention is directed without limitation to paragraphs titled: Owner and Contractor's Use of Premises. B. Perform work in a manner to cause least disturbance to existing site and least damage to work to remain. C. Maintain adequate means of safe, clear egress for site occupants. D. Employ all available techniques for construction noise abatement. Use remote, well-mufflered air compressors and newest noise suppressed pneumatic and electric tools. 1.03 WARNING A. The Contractor is advised that work under this Section may be hazardous. The Contractor is to take all necessary precautions to ensure the safety of workers and property. Removal of and/or working in areas containing even minor amounts of hazardous material including without limitation, asbestos, lead-based paint, PCBs or Contract No. 5529 02050 - 1 Demolition Rev. 9/17/15 other hazardous materials requires special precautions, knowledge and procedures. If hazardous material is suspected, notify the Engineer. PART 2 - PRODUCTS Not Used PART 3- EXECUTION 3.01 REMOVAL OF CONSTRUCTION IN AREAS TO RECEIVE NEW WORK A. Protect mechanical and electrical work that serves other areas. Relocate concealed mechanical and electrical work that is required to preserve service to other areas. B. Remove structural work designated for removal. Take precautions not to damage structural work intended to remain. Where temporary shoring is needed, submit a design prepared by an appropriately licensed engineer for review before proceeding. C. If structural elements are encountered that were not shown, protect them from damage and report their presence to the Engineer. 3.02 REMOVAL OF LIMITED PORTIONS OF EXISTING CONSTRUCTION TO PERMIT MODIFICATIONS A. Provide careful, selective cutting and removal of existing construction as required to permit relocation or modification of manholes. Cut and remove the least amount of work possible except when a larger area needs to be removed to permit strengthening existing construction or when required to remove finishes to a natural break line such as a corner or change in material. B. Protect existing construction to remain with temporary coverings. C. Treat existing mechanical, electrical or structural work as described in other parts of this Section. D. When modifications are complete, replace removed work with new construction and finishes to match adjacent existing work. Standards of material and workmanship shall be in accordance with other portions of this Specification or if not covered then in accordance with current practice for this class of work. Salvaged materials may be used for replacement if in good condition. 3.03 REMOVAL OF EXISTING CONSTRUCTION TO PROVIDE ACCESS TO PERFORM WORK A. Provide careful selective cutting and removal of existing construction where required to permit installation of new concealed mechanical or electrical work, or installation of equipment, fixtures or devices. Contract No. 5529 02050 - 2 Demolition Rev. 9/17/15 B. Treat existing mechanical, electrical or structural work as described in other parts of this Section. C. Replace and/or patch removed construction and finishes in accordance with other parts of this Section. 3.04 PROTECTION OF WORK TO REMAIN A. Protect all work to remain. Repair damage with materials, workmanship and finishes matching existing work when new. B. Most existing work will not be replaced in this contract. It is essential that existing work at the site be protected from any damage due to impact, dirt, abrasion, paints and solvents. 3.05 CUTTING HOLES IN CONCRETE AND/OR CONCRETE UNIT MASONRY A. The Contractor is cautioned that electrical conduits and reinforcing that are not shown on drawings may be concealed in concrete CMU construction. Use electronic detection equipment to locate concealed items before cutting holes. Take all required precautions to avoid damage to existing conduits or reinforcing. B. New openings in existing concrete walls or slabs may be saw cut to opening perimeter lines where drawings do not call for adding reinforcing trim bars to strengthen openings. Do not run saw kerfs past corners of openings. Complete concrete removal at opening corners by chipping and grinding. Take all required precautions to avoid water damage to existing construction or the Owner's property. C. Where drawings call for adding reinforcing trim bars to strengthen openings, limit saw cutting to a depth of 3/4-inch to avoid cutting existing reinforcing steel. Carefully chip out concrete to avoid damaging existing reinforcing steel which is to remain. D. Use chipping guns to chip out small holes for pipes or conduits. Proceed carefully to avoid damage to concealed conduits. Core drilling is permitted only at the Contractor's risk and only with the Engineer's permission. If core drilling is used, the Contractor shall: 1) use electronic detection equipment to locate conduit before drilling, 2) take precaution to avoid water damage to existing construction or the Owner's property, and 3) replace, at its own expense, any damaged electrical or signal wiring or conduits. 3.06 REMOVE UNWANTED FIXED EQUIPMENT A. Remove unwanted lockers, shelving, hoods, fixed and built-in equipment, machinery, machinery bases and similar items whether shown or not. Cut off protruding bolts or attachment devices flush with existing surfaces. 3.07 IF HAZARDOUS MATERIALS ARE ENCOUNTERED A. If hazardous materials are discovered, comply with paragraph 1.01 of this Section and all applicable laws. Contract No. 5529 02050 - 3 Demolition Rev. 9/17/15 3.08 REMOVAL AND DISPOSAL OF MATERIAL A. Store debris in suitable covered containers located where directed by the Engineer and remove from site when full. Burning on the site is not permitted. B. Removed material (other than material to be reused) shall become the property of the Contractor who shall remove it from the site and dispose of it in a legal manner. END OF SECTION Contract No. 5529 02050 - 4 Demolition Rev. 9/17/15 SECTION 02301 EARTHWORK PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Perform all excavation, shoring, dewatering, backfilling, compaction and grading necessary or required for the construction of the work as covered by these Specifications and indicated on the Drawings. The excavation shall include, without classification, the removal and disposal of all materials of whatever nature encountered, including water and all other obstructions that would interfere with the proper construction and completion of the required work. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM). B. State of California, Department of Transportation, Standard Specifications 2010 (Standard Specifications). C. State of California, Department of Transportation, Manual of Test (California Test). 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Submit the following under the Product/Procedure Review category. 1. Sheeting and Shoring Plan: Refer to paragraph 1.08, below, and Section 01040, paragraph 1.14. 2. Dewatering Plan: Refer to paragraph 3.01, below. 3. Samples and Test Results: Furnish, without additional cost to the Owner, such quantities of import materials as may be required by the Engineer for test purposes. Cooperate with the Engineer and furnish necessary facilities for sampling and testing of all materials and workmanship. Submit test results for import materials. Tests shall be performed within 60 days of the submission. All material furnished and all work performed shall be subject to rigid inspection, and no material shall be delivered to the site until it has been favorably reviewed by the Engineer, or used in the construction work until it has been inspected in the field by the Engineer. 1.04 QUALITY ASSURANCE A. Source Quality Control: Test import materials proposed for use to demonstrate that the materials conform to the specified requirements. Tests shall be performed by an independent testing laboratory. B. Field Quality Control: Contract No. 5529 02301 - 1 Earthwork Rev. 9/17/15 1. The Engineer will: a. Review materials proposed for use. b. Observe foundations, site grading and borrow operations. c. Observe placement and compaction of fill. d. Review results of independent testing laboratory tests. 2. The Contractor shall hire an independent laboratory approved by the Engineer to perform the following tasks: a. Test materials proposed for use and submit results to the Engineer. b. Test soils during placement of fill as directed by the Engineer and submit results to the Engineer. 3. Contractor shall: a. Test soils during placement of fill to verify conformance with material requirements defined herein. b. Be responsible for costs of additional inspection and re-testing resulting from non-compliance. C. Testing Methods: 1. Durability Index: Manual of Test, State of California, Department of Transportation. 2. Specific Gravity: ASTM D854 3. Laboratory Compaction: ASTM D1557, Method A or C. 4. In-place Density: ASTM D1556 or ASTM D2922. 5. Particle Size Analysis of Soils: ASTM D422. 6. Plastic Limit and Plasticity Index: ASTM D4318. 7. Soil Classification: ASTM D2487. 8. In-place Moisture Content: ASTM D3017. D. Definitions 1. Relative Compaction: In-place density divided by the maximum dry density laboratory compaction expressed as percentage. 2. Rock Excavation: Excavation of solid ledge rock that, in the opinion of the Engineer, requires for its removal drilling and blasting, wedging, sledging, barring or breaking up with power-operated tools. The term "Rock Excavation" indicates a method of removal and not a geological formation. 1.05 EXPLOSIVES A. Do not use explosives unless specifically authorized, in writing, by the Engineer. 1.06 SUBSURFACE INVESTIGATIONS A. Geotechnical investigations for design purposes for this project were made for the the City of Carlsbad by Ninyo & Moore in a report dated June 10th, 2015. B. This report is attached for use in the specifics of this project. While the records of data obtained may be considered by the Contractor to be correct, any conclusions or recommendations made in the reports are for information to the Design Engineer and are not a part of the Contract Documents. Contract No. 5529 02301 - 2 Earthwork Rev. 9/17/15 C. The bidders may make additional subsurface investigations at the site prior to the bidding of the project. Prior to making any drillings or excavations, the bidder shall secure permission from the Owner, and property owners if on private property. 1.07 REFERENCE SPECIFICATIONS A. Whenever the words "Standard Specifications" are referred to, the reference is to the State of California, Department of Transportation, Standard Specifications dated 2010 (or latest edition). 1.08 ADDITIONAL SAFETY RESPONSIBILITIES A. The Contractor shall select, install and maintain shoring, sheeting, bracing, and sloping as necessary to maintain safe excavations. The Contractor shall be responsible for ensuring such measures: (1) comply fully with 29 CFR Part 1926 OSHA Subpart P Excavations and Trenches requirements, (2) provide necessary support to the sides of excavations, (3) provide safe access to the sampling and testing within the excavation, (4) provide safe access for backfill, compaction, and compaction testings, and (5) otherwise maintain excavations in a safe manner that shall not endanger property, life, health, or the project schedule. All earthwork shall be performed in strict accordance with applicable law, including local ordinances, applicable OSHA, CalOSHA, California Civil Code, and California Department of Industrial Safety requirements. B. The Contractor shall be responsible for the safety of his/her workers and shall comply with safety and health standards such as Safety Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296- 24 WAC), General Occupational Health Standard (Chapter 296-62 WAC), and any other appropriate safety and health codes. PART 2- PRODUCTS 2.01 MATERIALS A. Crushed Rock: Class 2, 3/4-inch maximum aggregate base, Standard Specifications Section 26. B. Pipe Bedding Materials (any of the three below are acceptable): 1. Sand: Standard Specifications, Section 19-3.025B. 2. Permeable Material: Standard Specifications, Paragraph 68-1.0252.02F Class I, Type A. 3. Pea Gravel: River-run, rounded pea gravel with a maximum dimension no larger than 1/2-inch, and with no more than 10% passing the No. 200 sieve. The material shall have a durability index of 40 or higher. C. Imported Backfill: Imported nonexpansive soil with liquid limit no greater than 40% and a plasticity index no greater than 15%, free from clods or rocks larger than 2 inches in greatest dimension, and free from organic material. Contract No. 5529 02301 - 3 Earthwork Rev. 9/17/15 D. Native Backfill: Native soil prepared as necessary to be free from clods or rocks larger than 2 inches in greatest dimension, and free from organic material. E. Structural Backfill: {Not Used] F. Impervious Material: Clay with a minimum percentage of material passing the No. 200 sieve of 50%. The material shall be free of organics, rocks, or clods greater than 4 inches in diameter. G. Water: The water used shall be reasonably free of objectionable quantities of silt, oil, organic matter, alkali, salts and other impurities. Water quality must be acceptable to the Engineer. H. Aggregate Base: Refer to Section 02705. I. Warning Tape: 3-inch-wide, inert, fade-resistant plastic film resistant to acids, alkalis, and other components likely to be encountered in soil. Tape shall be green, imprinted with "CAUTION SEWER MAIN BELOW", Griffolyn Terra Tape; or equal. PART 3- EXECUTION 3.01 CONTROL OF WATER A. All excavations shall be kept free from water and all construction shall be in the dry. 1. It should be presumed that the presence of groundwater will require dewatering operations. Furnish, install, maintain, and operate all necessary pumping and other equipment for dewatering all excavations. At all times, the Contractor shall have on the project, sufficient pumping equipment for immediate use, including standby pumps for use in case other pumps become inoperable. 2. Provide a sufficient number of pumps so as to hold the groundwater level at an elevation of not less than 1 foot below the lowest elevation of the pipe, tank, duct or other material to be placed. 3. Contractor shall provide a dewatering plan for review and comment to the City not less than 30 days prior to scheduled implementation. Dispose of water in such a manner as to cause no injury or nuisance to public or private property, or be a menace to the public health. 4. The dewatering operation shall be continuous, so that the excavated areas shall be kept free from water during construction, while concrete is setting and achieves full strength, and until backfill has been placed to a sufficient height to anchor the work against possible flotation. 5. Continue dewatering during backfilling operations such that the groundwater is at least 1 foot below the level of the compaction effort at all times. No compaction of saturated materials will be allowed. 6. Dewatering devices must be adequately filtered to prevent the removal of fines from the soil. 7. The Contractor shall be responsible for any damage to the foundations or any other parts of existing structures or of the new work caused by failure of any part of the Contractor's protective works. After temporary protective works are Contract No. 5529 02301 - 4 Earthwork Rev. 9/17/15 no longer needed for dewatering purposes, they shall be removed by the Contractor. 8. If pumping is required on a 24-hour basis, requiring engine drives, then engines shall be equipped in a manner to keep noise to a minimum. Refer to Section 01140 for noise control requirements. 9. Prevent disposal of sediments from the soils to adjacent lands or waterways by employing whatever methods are necessary, including settling basins. B. The Contractor shall be responsible for furnishing temporary drainage facilities to convey and dispose of surface water falling on or passing over the site. 3.02 EXISTING UTILITIES A. General: The known existing utilities and pipelines are shown on the Drawings in their approximate location. The Contractor shall exercise care in avoiding damage to all utilities as he will be held responsible for their repair if damaged. There is no guarantee that all utilities or obstructions are shown, or that locations indicated are accurate. Utilities are defined in Section 1-2 of the General Provisions. B. Check on Locations (Potholing): Contact all affected utility owners and request them to locate their respective utilities prior to the start of "potholing" procedures. The utility owner shall be given 7 days written notice prior to commencing potholing. If a utility owner is not equipped to locate its utility, the Contractor shall locate it. C. Clearly paint the location of all affected utility underground pipes, conduits and other utilities on the pavement or identify the location with suitable markers if not on pavement. In addition to the location of metallic pipes and conduits, non-metallic pipe, ducts and conduits shall also be similarly located using surface indicators and detection tape if present and shall then be similarly marked. D. After the utility survey is completed, commence "potholing" to determine the actual location and elevation of all utilities where crossings, interferences, or connections to new pipelines or other facilities are shown on the Drawings, marked by the utility companies, or indicated by surface signs. Prior to the preparation of piping shop drawings, or the excavating for any new pipelines or structures, the Contractor shall locate and uncover these existing utilities including services and laterals to a point 1 foot below the utility. Submit a report identifying each underground utility and its depth and location. Any variation in the actual elevations and the indicated elevations shall be brought to the Engineer's attention. E. Excavations around underground electrical ducts and conduits shall be performed using extreme caution to prevent injury to workmen or damage to electrical ducts or conduits. Similar precautions shall be exercised around gas lines, telephone and television cables. Excavations shall have a surface dimension of no more than 18" x 18". Air spades and vacuum excavators shall be used to limit the size of the excavation and damage to adjacent facilities. Backfill after completing potholing. In existing streets pave with 1 inch of cold mix asphalt concrete. Contract No. 5529 02301 - 5 Earthwork Rev. 9/17/15 F. Interferences: If interferences occur at locations other than shown on the Drawings, the Contractor shall notify the Engineer, and a method for correcting said interferences shall be supplied by the Engineer. Payment for interferences that are not shown on the plans, nor which may be inferred from surface indications, shall be in accordance with the provisions of the General Provisions, paragraph 3-2. If the Contractor does not expose all required utilities prior to shop drawing preparation, he shall not be entitled to additional compensation for work necessary to avoid interferences, nor for repair to damaged utilities. G. Any necessary relocations of utilities, whether shown on the Drawings or not, shall be coordinated with the affected utility. The Contractor shall perform the relocation only if instructed to do so in writing from the utility and the Engineer. H. Shutdowns: Planned utility service shutdowns shall be accomplished during period of minimum use. In some cases this may require night or weekend work. Such work shall be at no additional cost to the Owner. Program work so that service will be restored in the minimum possible time, and shall cooperate with the utility companies in reducing shutdowns of utility systems to a minimum. 1. Disconnections: No utility shall be disconnected without prior written approval from the utility owner. When it is necessary to disconnect a utility, the Contractor shall give the utility owner not less than 72 hours notice when requesting written approval. The Contractor shall program his work so that service will be restored in the minimum possible time. I. Overhead Facilities: There are no known existing overhead electric and telephone transmission lines at the site. Any overhead utilities are not shown on the Drawings. Extreme caution shall be used when working in the vicinity of overhead utilities so as to prevent injury to workmen or damage to the utilities. The Contractor shall be required to comply with the applicable provisions of the California Construction Safety Orders when working anywhere on this project. 3.03 GENERAL CONSTRUCTION REQUIREMENTS A. Site Access: Access to the site will be over public and private roads. Exercise care in the use of such roads and repair at own expense any damage thereto caused by Contractor's operations. Such repair shall be to the satisfaction of the Owner or agency having jurisdiction over the road. Take whatever means are necessary to prevent tracking of mud onto existing roads and shall keep roads free of debris. B. Barriers: Barriers shall be placed at each end of all excavations and at such places along excavations as may be necessary to warn all pedestrians, workers and vehicular traffic of such excavations. C. Demolition of Pavement: Where trenching or excavation occurs in paved areas, the pavement shall be scored and broken ahead of the trenching or excavation operation. The extent of paving removed shall be limited to the minimum necessary for the excavation. D. Dust Control: Take proper and efficient steps to control dust. Contract No. 5529 02301 - 6 Earthwork Rev. 9/17/15 E. Permits: Refer to General Provisions, Section 7-5. F. Storage of Materials: Neatly place excavated materials far enough from the excavation to prevent stability problems. Keep the materials shaped so as to cause the least possible interference with plant operations and drainage. G. Existing Facilities: Maintain access to existing facilities to permit continued operation. Maintain access for fire fighting equipment and to fire hydrants. 3.04 COMPACTION A. Add water to the backfill material or dry the material as necessary to obtain moisture content within 2% of optimum. Employ such means as may be necessary to secure a uniform moisture content throughout the material of each layer being compacted. B. After the material has been moisture conditioned, compact it with compaction equipment appropriate for the use to achieve specified compaction. C. If the backfill material becomes saturated from rains or any other source because it was not compacted to the specified density or was not backfilled and compacted to surface grade, through negligence or otherwise, remove the faulty material and replace it with suitable material compacted to the specified density. No additional payment will be made for doing such work or removal and replacement. D. Compaction of embankment and backfill materials by flooding, ponding or jetting is not permitted. E. When densities of compacted materials do not meet the requirements, remove and/or recompact the material until the requirements are met. The Contractor will be backcharged the cost of retesting all failing tests, including the initial retest. Such backcharges will be deducted from the Contractor's Progress Payments. F. Material Requirements 1. Pipe Bedding Material: Compact to a minimum 95 percent of maximum density, in accordance with AASHTO T-99 unless otherwise specified or shown on the Drawings. 2. Pipe Zone Material: Compact by hand methods under the haunches of the pipe and in areas not accessible to mechanical tampers unless otherwise specified or shown on the Drawings. 3. Imported Backfill: Compact to a minimum 95 percent of maximum density, in accordance with AASHTO T-99 unless otherwise specified or shown on the Drawings. 4. Native Backfill: Compact to a minimum 85 percent of maximum density, in accordance with AASHTO T-99 unless otherwise specified or shown on the Drawings. Contract No. 5529 02301 - 7 Earthwork Rev. 9/17/15 5. Foundation Stabilization: Compact to a minimum 95 percent of maximum density, in accordance with AASHTO T-99 unless otherwise specified or shown on the Drawings. 6. Structural Fill: Compact in accordance with the Geotechnical Report/Engineer unless otherwise specified or shown on the Drawings. 7. Impervious Material: Compact to a minimum 90 percent of maximum density, in accordance with AASHTO T-99 unless otherwise specified or shown on the Drawings. G. Testing Frequency: a. Trench Backfill: Test every 200 feet of trench. b. Earthwork: Test every 500 square feet for each 2 feet of fill. c. Structural Backfill: 1) Sub-base: Test every 200 square feet. 2) Base: i. Test every 200 square feet, with no less than 2 tests per structure. ii. Test every 200 cubic yards of material placed within 10 feet around the structure. 3.05 TRENCH EXCAVATION A. Excavation for pipe and other utilities such as duct banks shall be in open cut. The trench shall be as wide as necessary for sheeting and bracing and the proper performance of the work up to the maximum width permitted by the typical cross- sections shown on the Drawings. The sides of the trenches shall be vertical in paved areas. The bottom of the trench shall be constructed to the grades and shapes indicated on the Drawings. Should the Contractor desire to use other equivalent methods, he shall submit his method of construction to the Engineer for favorable review prior to its use. B. Take care not to overexcavate. Accurately grade the bottom of the trenches to provide uniform bearing and support for each section of the pipe or conduit at every point along its entire length, except for the portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints, and as hereinafter specified. Dig bell holes and depressions for joints after the trench bottom has been graded. In order that the pipe rest on the bedding for as nearly its full length as practicable, bell holes and depressions shall be only of such length, depth and width as required for properly making the joint. Remove stones as necessary to avoid point bearing. C. Backfill and compact overexcavations in accordance with the requirements of Section 3.04 with bedding material. There shall be no additional payment to the Contractor for overexcavations not directed by the Engineer. Remove unsatisfactory material encountered below the grades shown as directed by the Engineer and replace with bedding material. Payment for removal and replacement of such unsatisfactory material directed by the Engineer shall be made in accordance with the provisions of the General Provisions. D. Grade trenches so that they are uniformly sloped between the pipe elevations shown on the Drawings. If no elevations are shown on the Drawings, provide 3 feet Contract No. 5529 02301 - 8 Earthwork Rev. 9/17/15 of minimum cover. Comply with the minimum and maximum trench widths shown on the Drawings. Notify the Engineer if the trench width exceeds the maximum allowable width for any reason. E. For all piping or conduits to be placed in any excavated and backfilled area, such as at manholes or for building connections, the structural backfill shall be first compacted to a level at least 3 feet from the top of the piping or conduit elevation and then retrenched to pipe grade. F. Provide ladders for access to the trench by construction and inspection personnel. 3.06 EXCAVATION FOR STRUCTURES A. All excavation for structures shall be done to the dimensions and levels indicated on the Drawings or specified herein. Excavate to such width outside the lines of the structure to be constructed as may be required for proper working methods, the erection of forms and the protection of the work. B. Take care to preserve the foundation surfaces shown on the Drawings in an undisturbed condition. If the Contractor overexcavates or disturbs the foundation surfaces shown on the Drawings or specified herein, without written authorization of the Engineer, he shall replace such foundations with concrete fill or other material approved by the Engineer in a manner that will show by test an equal bearing value with the undisturbed foundation material. No additional payment will be made for the added quantity of concrete fill or other material used because of overexcavation. C. Inspection of Excavation: Notify the Engineer when excavation for the structure is complete. No forms, reinforcing steel, concrete, or precast structure shall be placed until the excavation has been inspected by the Engineer. D. Where unsatisfactory material is encountered below the grades shown for structural excavations, it shall be removed and replaced with a selected and approved material as directed by the Engineer and compacted. Payment for removal and replacement of such unsatisfactory material directed by the Engineer shall be made in accordance with the provisions of the General Provisions. 3.07 SUPPORT OF EXCAVATIONS A. Adequately support excavation for trenches and structures to meet all applicable requirements in the current rules, orders and regulations. Excavation shall be adequately shored, braced and sheeted so that the earth will not slide or settle and so that all existing structures and all new pipe and structures will be fully protected from damage. Keep vehicles, equipment, and materials far enough from the excavation to prevent instability. B. Take all necessary measures to protect excavations and adjacent improvements from running, caving, boiling, settling, or sliding soil resulting from the groundwater table and the nature of the soil excavated. Attention is directed to Section 832 of the Civil Code of the State of California relating to lateral subadjacent supports, and Contract No. 5529 02301 - 9 Earthwork Rev. 9/17/15 wherever structures or improvements adjacent to the excavation may be damaged by such excavation, the Contractor shall comply with this law. C. The support for excavation shall remain in place until the pipeline or structure has been completed. During the backfilling of the pipeline or structure, the shoring, sheeting and bracing shall be carefully removed so that there shall be no voids created and no caving, lateral movement or flowing of the subsoils. 3.08 TRENCH BACKFILL A. Place bedding and backfill materials true to the lines, grades, and cross-sections indicated on the Drawings and compacted to the degree specified on the Drawings. Place bedding and backfill materials in horizontal lifts not to exceed 6 inches in thickness measured before compaction. The difference in level on either side of a pipe shall not to exceed 4 inches. B. Backfill material shall not be placed over the pipe or conduit until after the joints have been completed and inspected by the Engineer. C. It shall be incumbent upon the Contractor to protect the pipe or conduit from damage during the construction period. It shall be his responsibility to repair broken or damaged pipe at no extra cost to the Owner. Carefully place backfill around and over the pipe and do not allow it to fall directly upon the pipe. Tamping of backfill over the pipe shall be done with tampers, vibratory rollers and other machines that will not injure or disturb the pipe. D. Do not allow construction traffic or other traffic over the pipe trench until the trench backfill has been brought back even with existing adjacent grade. 3.09 IMPORTED BACKFILL A. Crushed Rock Subgrade: Place a layer of rock, compacted in accordance with the requirements of Section 3.04, under structures to the lines, grades and minimum thicknesses shown on the Drawings. Unless shown specifically otherwise in the Drawings, do not use rock as backfill above the elevation of the highest base slab of the structure. B. Backfill Adjacent to Structures: 1. Backfill shall be imported backfill compacted in accordance with the requirements of Section 3.04 unless otherwise specified or shown on the Drawings. 2. Do not place backfill against hydraulic structures until the structure has passed the specified leakage tests. 3. Place backfill in uniform, level layers, not exceeding 8 inches thick measured before compaction. Bring backfill up uniformly on all sides of the structure, and on both sides of buried walls. 3.10 FINISH GRADING Contract No. 5529 02301 - 10 Earthwork Rev. 9/17/15 A. Finish grade the site to the elevations shown on the Drawings. Finish grading shall be uniform and pleasing and shall provide drainage from all areas to collection points. The finished surfaces shall be smooth and compacted. 3.13 DISPOSAL OF EXCAVATED MATERIAL A. Dispose of unsuitable material or excavated material in excess of that needed for backfill or fill offsite in accordance with the requirements of Section 01140. END OF SECTION Contract No. 5529 02301 - 11 Earthwork Rev. 9/17/15 Section 02705 PAVING AND RESURFACING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Furnishing all labor, material, equipment, tools, and services required for the placing and compacting of asphalt concrete pavement and aggregate surfacing for roadways, parking lots, and walkways to the lines, grades, and dimensions shown on the Drawings and as specified herein. Also included is the repair and resurfacing of existing roadway and area paving damaged or removed during construction. B. Related Sections: Repair or replace concrete curbs, gutters and sidewalks damaged by the work in accordance with Section 02775. 1.02 REFERENCE SPECIFICATIONS A. Whenever the words "Standard Specifications" are referred to, the reference is to the State of California, Department of Transportation (CALTRANS), Standard Specifications dated 2010. B. ASTM International (ASTM): 1. D1556 Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method 2. D2922 Test Method for Density of Soil and Soil Aggregate in Place by Nuclear Method (Shallow Depth) 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Submit the following under the Product Information category. 1. Samples: Furnish, without additional cost to the Owner, such quantities of construction materials as may be required by the Engineer for test purposes. The Contractor shall cooperate with the Engineer and furnish necessary facilities for sampling and testing of all materials and workmanship. All materials furnished and all work performed shall be subject to rigid inspection, and no materials shall be used in the construction work until it has been inspected by the Engineer. 2. Submit a signed verification from each source of supply for each construction material employed on this project indicating that the materials meet the Specification requirements. 3. Mix design for asphalt concrete and test results of California Test 367. 4. Submit manufacturer's certification of the actual volatile organic compound (VOC) content for all pavement paints and bituminous pavement sealers proposed for use on this project. Submit certification of the actual VOC content for coatings manufactured after 1 September 1987. For coatings manufactured before 1 September 1987, submit VOC content and date of Contract No. 5529 02705 - 1 Paving and Resurfacing Rev. 9/17/15 manufacture. VOC content shall be measured in grams per liter by weight of coating as applied excluding water and color added to the tint base. 5. Submit verification that bituminous pavement sealers and paint products furnished meet applicable regulations as to allowable VOC content for the time and place of application and use intended. 1.04 QUALITY ASSURANCE A. Comply with "Standard Specifications" of CALTRANS dated 2010. 1.05 REGULATORY REQUIREMENTS A. AD work, material, procedures and practices under this Section shall conform with requirements of the California Air Resources Board (CARB) and the Air Pollution Control District (APCD) having jurisdiction. PART 2 - PRODUCTS 2.01 PAVING MATERIALS A. Aggregate Base: Standard Specifications, Section 26. Class and size as indicated on the Drawings; or if not indicated on the Drawings, use Class 2, 3/4-inch maximum. Prime Coat: Liquid asphalt, Grade SC-70 or MC-70, Standard Specifications, Section 93. C. Tack Coat and Seal Coat: Emulsified asphalt, Grade SS-1 or SS-1h, Standard Specifications, Section 94. D. Asphalt Concrete: Type B, 1/2-inch maximum, medium grading, Standard Specification Section 39. Bitumin ratio shall be selected by the supplier in accordance with the Standard Specifications. 2.02 HEADERS A. At straight sections, wood headers shall be constructed of 2-inch by 6-inch construction heart redwood, held in place by 2-inch by 4-inch stakes, of the same materials, 2 feet long and set at 8-foot centers. B. At curved sections, wood headers shall be constructed of three%-inch by 4-inch construction heart redwood bender boards. Boards shall be lapped at one-third of the length of individual boards, with no two boards lapped at the same place. Hold boards in place with stakes same as above. 2.03 PAVEMENT PAINT A. Comply with Section 84-3.02 of the Standard Specifications. PART 3- EXECUTION 3.01 GENERAL A. This Specification,shall cover newly surfaced areas as well as restoration of existing surfacing. Contract No. 5529 02705 - 2 Paving and Resurfacing Rev. 9/17/15 B. Adjust existing and new manholes, meter boxes, cleanouts, etc. to match the new grade. 3.02 PAVEMENT CUTTING A. After backfilling trenches and prior to paving, saw cut existing pavement parallel to the trench (using a concrete saw) to a minimum depth equal to or greater than one- half the thickness thereof. B. The pavement shall be cut back 6 inches on each side of the trench or excavation wall. C. Re-cut and restore any pavement damaged outside these lines at the expense of the Contractor. D. Should voids develop under the existing pavements during construction, those affected pavements shall be neatly saw cut in straight lines and replaced after the voids have been filled. 3.03 PLACEMENT OF AGGREGATE BASE A. Subgrade Preparation: 1. Water or dry subgrade as required to bring the soil to within 2% of the optimum moisture content for proper compacting. 2. Compact to a relative compaction of not less than 95% in the upper 6 inches. 3. When compaction of the subgrade areas on fill and embankments has been properly obtained, only such additional rolling will be required as necessary to obtain a thoroughly compacted subgrade immediately prior to placing the aggregate base thereon. B. Aggregate Base Tolerance: 1. Do not place the aggregate base before the subgrade is approved by the Engineer. 2. The finished aggregate base shall not vary more than 0.05 foot above, nor 0.10 foot below, the planned grade. C. Aggregate Base Placing: 1. Spread the aggregate base material on the prepared subgrade by means of suitable spreading devices. 2. The aggregate base material may be dumped in piles upon the subgrade and spread by bulldozing ahead from the dumped material. 3. Each layer shall not exceed 0.50 feet. 4. Segregation of large or fine particles of aggregate shall be avoided, and the material as spread shall be free from pockets of large and fine material. D. Compaction: 1. Compact each layer of aggregate base material to not less than 95% relative compaction as determined by Test Method Calif. No. 216 or ASTM D1556 (Sand Cone), or Calif. No. 231 or ASTM D2922 (Nuclear method when approved by the Engineer). 2. Compaction shall be in accordance with Section 26-1.03 of the Standard Specifications. 3. Water aggregate base after compaction as provided in Section 17 of the Standard Specifications. Paragraph 17-1.04 is not applicable. Contract No. 5529 02705 - 3 Paving and Resurfacing Rev. 9/17/15 3.04 ASPHALT CONCRETE INSTALLATION A. Apply prime coat at a rate of 0.15-gallon per square yard. Blot any excess which has not penetrated the base with sand. Remove any loose sand. B. Apply tack coat a rate of 0.05-gallon per square yard. C. Spread and compact asphalt concrete in accordance with Standard Specifications Section 39 to the thickness shown on the Drawings. D. Protect asphaltic concrete paving until surface has cooled sufficiently to permit traffic without damage. E. Immediately remove spilled and splattered materials from adjacent surfaces. END OF SECTION Contract No. 5529 02705 - 4 Paving and Resurfacing Rev. 9/17/15 Section 03200 CONCRETE REINFORCEMENT AND REINFORCEMENT SUPPORTS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Materials, fabrication, placement, and tolerances of reinforcement and reinforcement accessories. B. Related Sections 1. Section 01300: Submittals 2. Section 03300: Concrete Mixtures, Handling, Placing, and Constructing 1.02 REFERENCES A. ASTM International (ASTM) Standard Specifications: 1. ASTM A185: Steel welded wire fabric, plain, for concrete reinforcement. 2. ASTM A615: Deformed and plain billet - steel bars for concrete reinforcement. B. American Concrete Institute: I. Details and Detailing of Concrete Reinforcement (ACI 315). 2. Building Code Requirements for Reinforced Concrete (ACI 318). C. Concrete Reinforcing Steel Institute: Manual of Standard Practice (CRSI Manual). D. International Code Council: Evaluation Reports (ICC Reports). E. American Welding Society: D1.4 Structural Welding Code - Reinforcing Steel (AWS D1-4). 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Product Data: 1. Bar supports and chairs. 2. Mechanical bar connectors, including ICC Reports. 3. Certified mill test results on reinforcement. 4. Tests on unidentified bars. C. Shop Drawings: 1. Bar and wire fabric layouts. 2. Bar bending diagrams. 3. Placing drawings showing fabrication dimensions and locations for placement of reinforcement and reinforcement supportsincluding the length and location of lap splices and mechanical connector locations. 4. Accessories and inserts layout. D. Quality Assurance/Control Submittals: Contract No. 5529 03200 - 1 03200 - Concrete Reinforcement Rev. 9/17/15 and Reinforcement Supports 1. Welding: Description of reinforcement weld locations, chemical analysis of reinforcement, welding procedures, and welder qualifications. 2. Submit a request to relocate any reinforcement that exceeds placement tolerances. 1.04 QUALITY ASSURANCE A. Testing agencies that perform testing services on reinforcing steel shall meet the requirements of ASTM E329. B. Material Tests: Not required for bars, wire fabric rolls or sheets delivered in bundles from the mill and tagged with valid Identification Certificate. 1. Unidentified Bars: Test samples from each five tons or fraction thereof for each size. If already delivered to site, test additional samples from each day of planned concrete placement. Perform one tension and one bend test from each sample for each size. 2. Test standard: ASTM A615. 3. Testing Laboratory: Selected by Engineer, to take samples and perform tests. Costs paid by Contractor. 4. Unidentified Wire Fabric: Not acceptable. C. Standard: CRSI Manual, except as otherwise indicated or specified. 1.05 DELIVERY, STORAGE AND HANDLING A. Prevent permanent bending and protect bar surfaces from contact with soil, oil, or other materials that may decrease bond to concrete. B. Bundle reinforcement and tag with suitable identification to simplify sorting and placing. Transport and store at site so material is not damaged. Store reinforcement off ground, place under cover and keep clean. Store welded fabric in flat sheets, not rolls. Keep an adequate supply of reinforcement at site to avoid delays. PART 2- PRODUCTS 2.01 REINFORCING BARS A. General: Deformed bars, ASTM A615, Grade 60. B. Dowels: All dowels are deformed bars unless shown otherwise on the Drawings. 1 Deformed bars: ASTM A615, Grade 60. 2. Smooth bars: ASTM A615, Grade 60, or ASTM A675, Grade 60. 3. Threaded bars: ASTM A572, Grade 50. C. Spiral Reinforcement: 1. Deformed bars, ASTM A615, Grade 60, unless otherwise noted. 2. Cold-drawn steel wire, if noted, plain, ASTM A82, deformed, ASTM A496. 3. Tack welded cages 2.02 WELDED WIRE REINFORCEMENT A. Plain Welded Wire: ASTM A185; sheets with welded intersections spaced not farther apart than 12 in. in the direction of principal reinforcement.. Contract No. 5529 03200 - 2 03200 - Concrete Reinforcement and Rev. 9/17/15 Reinforcement Supports 2.03 TIE WIRE A. Annealed steel, 16-gauge minimum. 2.04 MECHANICAL CONNECTORS A. Type: Tension-compression B. Strength: Develop 125% of the reinforcing yield strength in tension and compression. C. Manufacturer: 1. Tension-compression: Lenton by Erico Products, Inc., Dowel Bar Splice Systems by Richmond Screw Anchor Co., or equal. 2. Future Extension Mechanical Butt Splice: Lenton Form Saver by Erico Products, Inc., or equal. Provide plastic taper threaded plugs for "long-term" thread protection. D. Not all Mechanical Connectors are shown on the drawings, Mechanical Connectors may be required by notes on the drawings for certain splices. 2.05 SUPPORTS AND ACCESSORIES A. Secure and support the reinforcement within specified tolerances. Conform to CRSI Manual Chapter 3, for Types SB, BB, BC, JC, HC, CHC, and others of standard types as required. Use Class "1" plastic-coated chairs and spacers at waterbearing surfaces, roofs of waterbearing structures, and at all interior or exterior surfaces exposed to view or weather in the completed structure. Plastic thickness of 3/32 in. or greater at points of contact with formwork and extend the plastic along the wire at least 1/2 in. from the point of contact with the formwork. Precast concrete block supports with embedded wire ties are not acceptable. B. Use precast concrete supports that have a surface area of not less than 4 in.2 and have a compressive strength equal to or greater than specified compressive strength of concrete being placed. Water absorption and porosity of precast concrete supports equal to or less than water absorption and porosity of concrete being placed. Use precast concrete block supports with embedded wire ties or dowels for placement on grade or on membranes. Cast the blocks with concrete equal in strength, cement type and aggregate to the parent concrete. 2.06 DO NOT USE ALUMINUM OR STAINLESS STEEL SUPPORTS OR ACCESSORIES. FABRICATION A. General: CRSI Manual Chapters 6 and 7, including tolerances. B. Splice, development and embedment lengths: Furnish bars with lap lengths equivalent to ACI 318, Section 12, Class B splices for the specified concrete strength, bar size and location, unless noted otherwise. C. Bending and Forming: Fabricate bars of indicated size and accurately form to shapes and lengths indicated and required. Fabricate by methods not injurious to materials. Bend reinforcement cold. Fabricate reinforcement in accordance with fabricating tolerances of ACI 117. Reject bars with kinks or bends not scheduled. D. Welding: When welding of reinforcement is approved, comply with the requirements of AWS D1.4. Do not weld crossing bars (tack welding) for assembly of reinforcement, supports, or embedded items. Contract No. 5529 03200 - 3 03200 - Concrete Reinforcement Rev. 9/17/15 and Reinforcement Supports E. Concrete Cover: Detail and fabricate the reinforcement to provide specified cover to outer edge of rebars and other installed items. F. Dowels: 1. Provide deformed reinforcing bar dowels at all construction joints, unless noted otherwise. 2. Provide smooth or threaded dowels where shown on Drawings. 3. Provide same dowel size and spacing as the reinforcing to which they are spliced, unless noted otherwise. 2.07 SOURCE QUALITY CONTROL A. Testing agencies that perform testing services on reinforcing steel shall meet the requirements of ASTM E329. B. Verify bend tolerances are not exceeded. C. Verify bar end cuts are within tolerance when mechanical connectors are to be used. PART 3- EXECUTION 3.01 INSTALLATION A. General: CRSI Manual Chapter 8 including placement tolerances. No reduction of concrete cover is allowable for bars at concrete surfaces exposed in liquid or water-containing structures. 1. Cleaning: Before placing reinforcing, and again before concrete is placed, clean reinforcement of loose mill scale, dried concrete, oil, or other materials deleterious to bond. Do not allow form coatings, release agents, bond breaker, or curing compound to contact reinforcement. 2. Placement: Place, support, and fasten reinforcement as indicated. Do not exceed the placing tolerances specified in ACI 117. Do not reduce cover requirements for placing tolerances. When necessary to move reinforcement beyond the specified placing tolerances to avoid interference with other reinforcement, conduits, or embedded items, submit the resulting arrangement of reinforcement for review. Accurately place reinforcement and securely wire tie in position, at an adequate number of points, where bars cross so as to prevent displacement. Tie stirrups to bars at both top and bottom. Bend ends of tie wire inward allowing no encroachment into the concrete cover. 3. Concrete cover: Provide cover for reinforcement as shown on Drawings. Minimum concrete cover for reinforcement for cast-in-place concrete is shown in the table below for the exposure condition noted. Provide minimum cover to the outer edge of bar spacers, hangers, and like items. For bundled bars, minimum concrete cover shall be equal to the equivalent diameter of the bundle but need not be greater than 2 in., except the minimum cover shall not be less than specified in the table below. Base the equivalent diameter of the bundle on a single bar of a diameter derived from the equivalent total area. Exposure Condition for Reinforcement Cover Contract No. 5529 03200 - 4 03200 - Concrete Reinforcement and Rev. 9/17/15 Reinforcement Supports A. Concrete cast against and permanently exposed to earth 3 in. B. Concrete exposed to earth, liquid, weather, or bearing on work mat or slabs supporting earth cover Slabs and joists 2 in. Beams and columns Stirrups, spirals, and ties 2 in. Primary reinforcement 2 1/2 in. Walls 2 % in. Footings and base slabs Formed surfaces 2 in. Top of footings and base slabs 2 in. C. Exposure conditions not covered in A and B above Slabs and joists No. 11 bars and smaller 1 in. No. 14 and No. 18 bars 1 % in. Beams and columns Stirrups, spirals, and ties 1 % in. Primary reinforcement 2 in. Walls No. 11 bars and smaller 1 % in. No. 14 and No. 18 bars 1 % in. 4. Reinforcement supports: CRSI Manual, Chapter 3. Unless noted otherwise on Drawings, use the following reinforcement supports: a. Place reinforcement supported from the ground or mud mat on precast concrete reinforcement supports. b. Place uncoated reinforcement supported from formwork on reinforcement supports made of concrete, metal, or plastic. c. Place zinc-coated (galvanized) reinforcement supported from formwork on wire reinforcement supports that are galvanized, coated with dielectric material, or made of dielectric material. d. Reinforcement and embedded steel items used with zinc-coated (galvanized) reinforcement shall be zinc-coated (galvanized) or coated with nonmetallic materials. 5. Field bending: Not permitted, except where specifically shown, or approved. 6. Bar spacing: Between parallel bars, no less than 1-1/2 times the maximum aggregate size and in no case less than 1-1/2 inches. At splices, bundle and wire together bars to accomplish this. 7. Welded wire reinforcement: Install necessary supports and chairs to hold in place during concrete pours. Straighten reinforcement to lay in flat plane and bend reinforcement to fit work. Tie every other wire at laps. For slabs on soil, extend welded wire reinforcement to within 2 in. of the concrete edge. Lap edges and ends of welded wire reinforcement sheets a minimum of 12 in.. Do not extend welded wire reinforcement through contraction joints. Support welded wire reinforcement during placing of concrete to ensure required positioning in the slab. Do not place welded wire reinforcement on grade and subsequently raise into position in concrete. 8. Column dowels: Furnish and use templates for placement of column dowels. Contract No. 5529 03200 - 5 03200 - Concrete Reinforcement Rev. 9/17/15 and Reinforcement Supports 9. Welding of reinforcing: Proceed after continuous inspection has been authorized. Welding procedure: Satisfy AWS D1.4. 10. Smooth dowels: Straight dowels at movement joints free of loose rust or scale. Include on dowels used at expansion joints an expansion cap at one end designed to allow at least 1-1/2 in. of expansion. Use an acceptable bond breaker on the dowel on one side of the movement joint. 11. Reinforcement termination: Where reinforcement does not extend through a joint, termine the reinforcement 2 in. from the face of the joint. 3.02 FIELD QUALITY CONTROL A. Inspect all reinforcement installations. Provide 48 hours notice for inspection before concrete placement. B. Verify placement tolerances are not exceeded. C. Mechanical Connectors: Install favorably reviewed products, following the Manufacturer's recommendations, under continuous inspection. D. Welding Reinforcement: Perform only when approved and only under continuous inspection. Notify the Engineer at least 48 hours in advance of any procedure involving welding. END OF SECTION Contract No. 5529 03200 - 6 03200 - Concrete Reinforcement and Rev. 9/17/15 Reinforcement Supports Section 03300 CONCRETE MIXTURES, HANDLING, PLACING AND CONSTRUCTING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Requirements for materials, proportioning, production, and delivery of concrete. 2. Production of cast-in-place structural concrete. 3. Methods and procedures for obtaining quality concrete through proper handling, placing, finishing, curing, and repair of surface defects. B. Related Sections: 1. Section 03200: Concrete Reinforcement and Reinforcement Supports 1.02 REFERENCES A. American Concrete Institute (ACI): 1. ACI 117 Standard Tolerances for Concrete Construction and Materials 2. ACI 301 Specifications for Structural Concrete for Buildings 3. ACI 306 Guide to Cold Weather Concreting 4. ACI 318 Building Code Requirements for Structural Concrete 5. ACI 347 Guide to Formwork for Concrete 6. ACI 350 Environmental Engineering Concrete Structures B. ASTM International (ASTM) Standard Specification or Test Method: 1. ASTM C31 Making and Curing Concrete Test Specimens in the Field 2. ASTM C33 Concrete Aggregates 3. ASTM C39 Compressive Strength of Cylindrical Concrete Specimens 4. ASTM C40 Organic Impurities in Fine Aggregates for Concrete 5. ASTM 042 Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 6. ASTM C87 Effect of Organic Impurities in Fine Aggregate on Strength of Mortar 7. ASTM 088 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate 8. ASTM 094 Ready-Mixed Concrete 9. ASTM 0131 Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 10. ASTM 0136 Sieve Analysis of Fine and Coarse Aggregates 11. ASTM 0138 Density (Unity Weight), Yield, and Air Content (Gravimetric) of Concrete 12. ASTM 0142 Clay Lumps and Friable Particles in Aggregates 13. ASTM 0143 Slump of Hydraulic-Cement Concrete 14. ASTM 0150 Portland Cement 15. ASTM 0156 Water Retention by Concrete Curing Materials 16. ASTM 0171 Sheet Materials for Curing Concrete 17. ASTM 0172 Sampling Freshly Mixed Concrete Contract No. 5529 03300 - 1 Cast-in-Place Concrete Rev. 9/17/15 18. ASTM C173 19. ASTM C192 20. ASTM C227 21. ASTM 0231 22. ASTM C260 23. ASTM C289 24. ASTM C309 25. ASTM C494 26. ASTM C595 27. ASTM C618 28. ASTM C827 29. ASTM 0869 30. ASTM 0881 31. ASTM 0920 32. ASTM 0989 and Mortars 33. ASTM 01064 34. ASTM 01077 35. ASTM 01107 36. ASTM 01240 37. ASTM 01293 38. ASTM 01602 39. ASTM 0882 40. ASTM D1056 41. ASTM 01752 42. ASTM D2419 43. ASTM E96 Air Content of Freshly Mixed Concrete by the Volumetric Method Making and Curing Concrete Test Specimens in the Laboratory Potential Alkali Reactivity of Cement-Aggregate Combinations (Mortar-Bar Method) Air Content of Freshly Mixed Concrete by the Pressure Method Air-Entraining Admixtures for Concrete Potential Alkali-Silica Reactivity of Aggregates (Chemical Method) Liquid Membrane-Forming Compounds for Curing Concrete Chemical Admixtures for Concrete Blended Hydraulic Cements Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures Foaming Agents Used in Making Preformed Foam for Cellular Concrete Epoxy-Resin-Base Bonding Systems for Concrete Elastomeric Joint Sealants Ground Granulated Blast-Furnace Slag for Use in Concrete Temperature of Freshly Mixed Hydraulic-Cement Concrete Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation Packaged Dry, Hydraulic-Cement Grout (Nonshrink) Use of Silica Fume as a Mineral Admixture in Hydraulic- Cement Concrete, Mortar, and Grout Determination of Length Change of Concrete Due to Alkali- Silica Reaction Mixing Water Used in the Production of Hydraulic Cement Concrete Tensile Properties of Thin Plastic Sheeting Flexible Cellular Materials - Sponge or Expanded Rubber Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction Sand Equivalent Value of Soils and Fine Aggregate Water Vapor Transmission of Materials C. International Building Code (IBC) 2012 Edition and California Building Code (CBC) 2014 Edition D. International Code Council (ICC) 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Product Data: Contract No. 5529 03300 - 2 Cast-in-Place Concrete Rev. 9/17/15 1. Concrete mix product certification: Submit certified laboratory test results that the mix proportions and materials comply with these Specifications. a. Cementitious materials: types, manufacturing location, shipping locations, and certificates showing compliance with ASTM 0150, 0595, 0618, C845, or C989. b. Coarse and fine aggregates: types, pit or quarry locations, producers' names, gradations, specific gravities, and evidence not more than 90 days old demonstrating compliance with material requirements. c. Admixtures: types, brand names, producers, manufacturer's technical data sheets, and certification data. d. Water: source of supply. e. Ready-mix plant certification or ASTM 094 certification documentation. f. Mixture proportions and characteristics. g. Mix test results (see Paragraph 2.05.F for required testing). h. Description of conveying equipment. C. Shop Drawings: 1. After defects are identified and investigation, Contractor to submit design of repair plan specific for each noted defect. D. Samples: Submit any item of Product Data not fully assembled by a single manufacturer. E. Quality Assurance/Control Submittals 1. Test Agency Reports: Submit records of test and inspection. Submit report results. 2. Submit advance notification of concrete placement at least 24 hours in advance. 1.04 QUALITY ASSURANCE A. Construction Standard: Applicable quality requirements of the IBC, ACI 301, ACI 318 and ACI 350. B. Concrete Products and Materials Tests: Certified by independent commercial testing laboratories. Submit certification on cementitious products and aggregates performed within the past 6 months. Furnish any necessary labor to assist in obtaining and handling samples at the project site or at the source of materials. Concrete Mix Designs: By an independent commercial testing laboratory, complying with ASTM 01077 and favorably reviewed by the Engineer. Concrete mix design proportions shall be established on the basis of field experience and trial mixtures with the materials to be employed in accordance with ACI 318 Chapter 5. C. Concrete Mix Test Results: 1. Submit in accordance with requirements of Paragraph 2.05.F. 2. Allow time for review of submittals, in accordance with the general conditions, and allow time for additional reviews to provide adjustments to comply with the Specifications. D. Concrete Tests, as Placed: Performed by the Owner's Representative Contract No. 5529 03300 - 3 Cast-in-Place Concrete Rev. 9/17/15 1. Testing agencies that perform testing services on concrete materials shall meet the requirements of ASTM 01077. 2. Provide Owner's Representative with at least 48 hours notice in advance of operations to allow for completion of quality tests and for assignment of personnel. 3. Provide and maintain adequate facilities for safe storage and proper curing of concrete test specimens on the project site for initial curing as required by ASTM 031. 4. Test frequency: a. Obtain at least one composite sample for each 100 yd3, or a fraction thereof, of each concrete mixture placed in any one day. 5. Concrete samples: In accordance with ASTM C172. Provide all material required. 6. Compressive strength: A set of six standard 6-inch x 12-inch concrete cylinders shall be cast for each test set for concrete greater than 2,500 psi. a. Making, storing, initial cure, and final cure of cylinders: ASTM 031. Provide site storage and initial cure, 16 hours minimum and 24 hours maximum. b. Test of cylinders: ASTM 039. Testing laboratory will transport cylinders from site, cure, test, and provide report. Test two cylinders at age of 7 days, two at 28 days, and hold two for additional testing at 56 days, if required. c. Evaluation: Test results from standard molded and cured test cylinders shall be evaluated separately for each specified concrete mixture. For evaluation, each specified mixture shall be represented by at least five tests. 7. Slump: Test will be performed on each 50 cubic yards or fraction thereof. Test each sample used for strength tests. a. Testing: ASTM 0143. b. Results outside the limits indicate possible cause for rejection of concrete at the sole discretion of the Engineer.. 8. Temperature if needed for ACI 305 or 306 a. Testing: ASTM C1064. 9. Testing Agency Reports: a. Include location in the work where the batch represented by test was deposited and the batch ticket number on strength test reports. b. Include detailed information of storage and curing of specimens before testing on strength test reports. c. Provide final reports within 7days of test completion. E. Additional Tests: 1. General: Tests on hardened concrete will be performed when concrete test results as placed fail to satisfy the specification requirements. Testing will be performed by Owner's Testing Agency at Contractor's expense. Strength tests shall be considered satisfactory if the requirements of ACI 318 Section 5.6.3.3 are satisfied. If in the opinion of the Engineer, results of tests on concrete cylinders indicate the possibility of substandard concrete in the structure, cored samples may be required to be taken from the concrete 2. Nondestructive tests: The use of the rebound hammer, pulse-velocity method, or other nondestructive tests are permitted in evaluating Contract No. 5529 03300 - 4 Cast-in-Place Concrete Rev. 9/17/15 3. the uniformity or for selecting areas to be cored; however, only core tests will be permitted for verifying the concrete strength in place. 4. Core tests: Obtain cores in accordance with ASTM C42. Wipe cores surface- dry immediately after coring and allow to dry in air for a period not exceeding 1 hour after drilling. Seal cores in plastic bags or nonabsorbent containers until testing. At least three representative cores shall be taken from each member or area of concrete in place that is considered potentially deficient. Submit the location of cores for favorable review by Engineer before testing. Fill core holes with low-slump concrete or mortar of a strength equal to or greater than the original concrete. The Engineer will investigate low-strength test results in accordance with the requirements of ACI 318 Section 5.6.5; however, the requirements of Section 5.6.5.4 are not applicable. 5. Repair: Repair rejected concrete by removing and replacing or other acceptable repair methods as required by Engineer. To bring rejected concrete into compliance, use repair methods that meet specification requirements for strength, function, durability, dimensional tolerances, and appearance. Submit for acceptance the proposed repair methods, materials, and modifications. The Contractor is responsible to bring concrete into compliance with the requirements of the Contract Documents. 1.05 DELIVERY, STORAGE AND HANDLING A. Cementitious Materials: Store cementitious materials in dry, weather-tight buildings, bins, or silos that will exclude contaminants. If required to be stored at the site, store immediately after delivery in a dry, weather-tight, properly ventilated structure, with adequate provisions for prevention of moisture absorption and overheating of the cement. B. Aggregates: Store and handle aggregate in a manner that will avoid segregation and prevent contamination with other materials or other sizes of aggregates. Store aggregates to drain freely. Do not use aggregates that contain frozen lumps. If required at site, store in piles which afford good drainage and which are protected to prevent the inclusion of foreign material. Stockpile the various sizes or gradations of aggregates separately. Site stored aggregates shall be tested for moisture content on each day of batching operations. C. Admixtures: Protect stored admixtures against contamination, evaporation, or damage. Provide agitating equipment for admixtures used in the form of suspensions or unstable solutions to ensure thorough distribution of the ingredients. Protect liquid admixtures from freezing and from temperature changes that would adversely affect their characteristics. PART 2- PRODUCTS 2.01 GENERAL A. Qualify proposed materials and establish mixture proportions. B. Obtain materials from an NCRMA certified manufacturer or supplier or one qualified through ASTM 094. Unless allowed otherwise, all materials shall be new.. Contract No. 5529 03300 - 5 Cast-in-Place Concrete Rev. 9/17/15 2.02 CONCRETE MATERIALS A. Cementitious Materials: 1. General: Use cementitious materials that are of the same brand and type and from the same plant of manufacture as the cementitious materials used in the concrete represented by the submitted test records or used in the trial mixtures. The color shall not significantly alter the typical grey concrete color. 2. Portland Cement: ASTM 0150, Type II Comply with the requirements for low alkali cement in ASTM 0150 Table 2. 3. Pozzolan: ASTM 0618, Mineral Admixture Class N. 4. Blended Cement: ASTM C595 Type 1P(MS). 5. Fly ash: ASTM 0618, Class F, with the following restrictions: a. Loss on Ignition: 4% maximum b. SO3 Content: 3% maximum c. Moisture Content: 1% maximum 6. Ground Granulated Blast-Furnace Slag: ASTM 0989. 7. Silica Fume: ASTM 01240. B. Concrete Aggregates: 1. General: ASTM 033: a. Aggregates used in concrete shall be obtained from the same sources and have the same size ranges as the aggregates used in the concrete represented by submitted historical data or used in trial mixtures. b. Provide test results confirming conformance with applicable specifications not more than 90 days old. Test results for aggregate soundness, abrasion, and reactivity may be older than 90 days, but not older than 1 year, provided test results for the other properties specified in ASTM 033 indicate that the aggregate quality has not changed. c. Provide free from organic materials, waste products, clay balls, shale, and mica and thoroughly washed before use. d. Provide aggregate meeting the combined gradation requirements below as specified in Paragraph 2.05.B. For thin sections, such as slabs or walls 10 inches thick or less, or for sections that require special placement due to shape, form or congestion of reinforcing, provide 1-inch maximum size. e. Nominal maximum size of coarse aggregate shall not exceed three- fourths of the minimum clear spacing between reinforcing bars, one-fifth of the narrowest dimension between sides of forms, and one-third of the thickness of slabs or toppings. f. Provide aggregates that do not deleteriously react with the alkalies in the cement. g. Grading: ASTM 0136. Submit results of sieve analysis. h. Reactivity: ASTM 0289. Submit graphical data showing compliance. 2. Coarse Aggregates: a. Provide clean, hard, durable gravel, crushed gravel, crushed rock, or combinations. b. Deleterious substances: Submit compliance with ASTM C33, Table 3 and as follows: 1) Clay lumps and friable particles: ASTM 0142. Not more than 5%. 2) Abrasion: ASTM 0131. Not more than 45%. Contract No. 5529 03300 - 6 Cast-in-Place Concrete Rev. 9/17/15 3) Soundness: ASTM 088. Not more than 10%. 4) Cleanness: Caltrans Test 227: c. Do not use aggregate containing more than 10% of inferior materials, including: flat or elongated particles, cracked or laminated rock, or rock than can be readily broken after immersion in water for one hour. 3. Fine Aggregate: a. Provide natural sand or a combination of natural and manufactured sand, of siliceous, granitic or igneous origin, hard and durable. b. Deleterious substances: Submit compliance with ASTM 033 Table 1 and as follows: 1) Organic impurities: ASTM 040 and 087. Not less than 95% relative strength by ASTM 087. 2) Sand equivalent: CALTRANS Test 217 OR ASTM D2419. For three tests not less than 70, with an average greater than 75. C. Combined Aggregates: Provide a mixture of fine aggregate and coarse aggregate uniformly graded between the screen sizes specified below. Sieve Size Percentage Passing 1-1/2-Inch Maximum 1-inch Maximum 2" 100 -- 1-1/2" 90-100 100 1" 50-96 90-100 3/4" 45-80 55-100 3/8" 38-55 45-75 No. 4 30-45 35-60 No. 8 23-38 27-45 No. 16 17-33 20-35 No. 30 10-22 12-25 No. 50 3-10 3-15 No. 100 0-3 0-5 No. 200 0-2 0-2 2.03 WATER A. Mixing water for concrete and water used to make ice shall be potable water unless alternative sources of water complying with ASTM 01602 or AASHTO T26 are available. Water for washing aggregates, for mixing concrete, for patching grout and for curing shall be free from oil and contain not more than 1,000 parts per million (ppm) of chlorides as Cl, nor more than 1,300 ppm of sulfates as SO4. Do not allow impurities that will cause a change in the setting time of the Portland Cement of more than 25%, nor a reduction in the compressive strength of mortar at 14 days of more than 5%, when compared to the results obtained with distilled water. B. Do not allow impurities that cause discoloration of the concrete or produce etching of the surface. Contract No. 5529 03300 - 7 Cast-in-Place Concrete Rev. 9/17/15 C. The Engineer may require tests of the water should there be a question of the quality. Costs of such tests would be borne by the Owner, unless the quality does not meet the requirements in Paragraph A above. 2.04 ADMIXTURES A. Admixtures used in concrete shall be the same as those used in the concrete represented by submitted test records or used in trial mixtures. B. Air Entraining: ASTM C260, MB AE 90 by BASF or equal. AEA-92 or 92S by Euclid. Daravair by Grace. Or equal C. Accelerating: ASTM C494, Type C or E: POZZOLITH® NC 534 by BASF. Accelguard 80 by Euclid. Or equal D. Retarding: ASTM C494, Type D: Daratard 17 by Grace. Eucon Retarder 75 by Euclid. Or Equal. E. Water Reducing: ASTM C494, Type A: WRDA 64 by Grace. Pozzolith 200N by BASF, Eucon WR-91 by Euclid or equal. F. High Range Water Reducing: ASTM C494, Types F or G, second or third generation type. Add at the batch plant, after all other ingredients have been mixed and initial slump has been verified. ADVA 190 by Grace. Glenium 3030 NS by BASF, Eucon 1037 by Euclid or equal. G. Shrinkage Reducing: ASTM C157. Eclipse by W.R. Grace, Tetraguard AS20 by Master Builders, or equal. Eucon SRA+ by Euclid or Equal. H. Corrosion Inhibition and Permeability Reduction (Silica Fume): ASTM C1240. Force 10,000 or 10,000D (dry) by W.R Grace, Rheomac 222+ by Master Builders, or equal. I. Controlled Low Strength Material (CLSM) Admixture: See Specification Section 02065 OR ASTM C869. DaraFill by W.R.Grace, Rheocell by Master Builders, or equal. J. When two or more admixtures are used, they must be added to the mix separately (through dispensers or manually) and must not be mixed with each other prior to adding to the concrete mix. Add admixtures to concrete mix ingredients in liquid form by a special dispensing unit, approved by the manufacturer of the admixture as suitable for accurately dispensing the admixture. Install an alarm or indicator, which will immediately inform the batch plant operator if the dispensing unit malfunctions. Dispense admixtures uniformly into the mixing water as it is added to the concrete batch. K. When two or more admixtures are used, manufacturer shall certify that the admixtures are compatible with each other and will not detrimentally impact the performance of other admixtures. L. Admixtures containing calcium chloride or any chloride ions are prohibhited. M. Manufacturers: WR Grace & Co., Master Builders, Inc., or equal. 2.05 CONCRETE MIX DESIGN Contract No. 5529 03300 - 8 Cast-in-Place Concrete Rev. 9/17/15 A. General: 1. Employ an independent commercial testing laboratory complying with ASTM C1077 and favorably reviewed by the Engineer to design all concrete mixes and carry out all necessary testing. Concrete mix design proportions shall be established on the basis of field experience and trial mixtures with the materials to be employed in accordance with ACI 318 Section 5.3. 2. When the testing laboratory has mix designs meeting the specifications that are available from prior projects, submit material and mixture proportions with supporting test results and test record statistics to demonstrate compliance with the requirements of this Section and ACI 318 Section 5.3. Include calculations for f'cr based on source quality test records. 3. If new mix designs are required, prepare a range of trial batches for each design and submit the mixes that demonstrate satisfactory test results in accordance with ACI 318 Section 5.3. 4. Allow for the variability of concrete strength from test to test by increasing the required average compressive strength over the specified strength as specified in ACI 318 Section 5.3. 5. From results of these tests, plot a curve showing the relationship between w/cm and compressive strength. From the curve of w/cm versus compressive strength,select the w/cm corresponding to the required average compressive strength fcr.This is the maximum w/cm that shall be used to establish mixture proportions, unless a lower w/cm is specified in the mix proportions table below. Establish mixture proportions so that the maximum w/cm is not exceeded when slump is at the maximum specified. 6. Design the mixes far enough ahead of concrete placement to allow completion of trial batch testing and submittal of the test results and mix design to the Engineer for review. 7. Take sole responsibility for selection of laboratory, submittal of materials to laboratory in time for all tests, and overall timing of all aspects of testing program, including submittals. 8. Prepare mix designs for concrete placement by the batch process and/or by pumping, as required, and state the process on the design submittal. 9. Allow for the hot or cold weather and the time required to transport the concrete from the mixer to the site and to place within the forms. If accelerating or retarding admixtures will be required for only a proportion of the concrete placements, submit test results that include the full range of options. 10. Do not exceed the water-cementitious material ratios. Vary the water- reducing admixtures to accomplish an increase in slump or workability time. 11. Proportion cementitious materials, aggregates, and water by weight. 12. Check periodically the weight of moisture contained within the stockpiled aggregates. Compensate for this water when proportioning the concrete mix and adjust when change occurs. 13. Do not use chlorides in any concrete mix. 14. Submit any adjustments to mixture proportions or changes in materials, along with supporting documentation, made during the course of the work. If it is necessary to increase the cementitious materials content, submit a request for acceptance of the proposed revised mixture with higher cementitious materials content. Confirm the adequacy of modified proportions has been verified through the submittal of a set of new test data. Contract No. 5529 03300 - 9 Cast-in-Place Concrete Rev. 9/17/15 15. Resubmit mix design for review for each class of concrete when modification of the mix design is required by ACI 350 or 318 Chapter 5.3. If a class of concrete requires modification based on low strength tests, contractor shall discontinue use of mix design until corrective action can be taken, and a revised mix design is favorably reviewed. B. Mix Proportions: Concrete Type Mix Design Requirements E Specified 28-Day Compressive Strength (Ib/in2) 2,500 Maximum Coarse Aggregate Size (in) 1 Air Content at Point of Placement (%) 1 Maximum Water- Cementitious Material Ratio 0.55 Minimum Cementitious Material Content (Ib/yd3) 510 C. Cementitious Material: Either Portland Cement, cement with fly ash, cement with natural Pozzolan, blended cement, or cement with slag. D. Pozzolan, Slag or Fly ash: Optional. Not less than 15%, nor more than 25% of the weight of the cementitious materials. Do not use pozzolan or fly ash as an admixture in concrete made with Portland-Pozzolan cement. E. Modified Mix Design: Provide a modified mix design of the concrete type indicated in the table above for horizontal concrete joints, as specified in Section 03100, for environmental structures consisting of the designated concrete mix with one-half of the coarse aggregate removed. The remaining constituents shall be adjusted proportionally in the modified mix design to complete the cubic yard. Modified Mix shall meet all other requirements noted for the base mix in Paragraph 2.05.B. F. Mix Test Requirements: 1. Testing agencies that perform testing services on concrete materials shall meet the requirements of ASTM C1077. 2. Compression: ASTM C192 for cylinder preparation. ASTM C39 for cylinder tests. Submit 7-day and 28-day curing test results in accordance with Paragraph A above. 3. Slump: ASTM C143. Slump range is 3 to 4 inches at point of delivery. Slump tolerances in accordance with ACI 117. When utilizing a Type I or II plasticizing admixture or a Type F or G high-range water-reducing admixture, proportion to a slump of 2 to 3 in. before the admixture is added and a maximum slump of 8 in. at the point of delivery after the admixture is added. 4. Air Content: ASTM C231 or ASTM C173. Air content tolerance is ±1 1/2%. 5. After favorable review of the mix design, no variations of the constituents are permitted during the project without prior submittal and favorable review. Contract No. 5529 03300 - 10 Cast-in-Place Concrete Rev. 9/17/15 6. Provide and pay for additional testing and inspection required because of changes in materials or mixture proportions. 2.06 READY-MIX CONCRETE A. Supply concrete for the project using one of the following methods: 1. Supply concrete using truck mixers and a ready-mix plant certified by the National Ready-Mix Concrete Association.. 2. Qualify the supplier according to ASTM C94 Sections 8 through 11, inclusive. 2.07 CEMENT REPAIR MORTAR A. For repairs and patching concrete as noted in Section 03935. B. Mix repair mortar using the same materials as concrete to be patched with no coarse aggregate. Do not use more than one part portland-cement to two parts sand by damp loose volume. C. For repairs in exposed concrete, make trial batches and check color compatibility of repair material with surrounding concrete. Prepare several trial batches and make test samples in an inconspicuous location for review. When the repair is too dark, substitute white portland cement for a part of the gray cement to produce a color and texture closely matching the surrounding concrete. D. Use a repair mortar at a stiff consistency with no more mixing water than is necessary for handling and placing. Mix the repair mortar and turn the mortar frequently with a trowel without adding water. Use mortar at a stiff consistency. 2.08 SOURCE QUALITY CONTROL A. Concrete: 1. Maintain records verifying materials used are of the specified and accepted types and sizes and are in conformance with the material requirements. 2. Provide ready-mix batch plant delivery tickets contain all product information necessary for acceptance of the concrete delivered to site. 3. Document and record that the mixing and trucking equipment have adequate capacity to deliver the concrete batches to site on time, thoroughly mixed and discharge without segregation. 4. Submit new data from new trial mixtures for acceptance before use in concrete when brand, type, size, or source of cementitious materials, aggregates, water, ice, or admixtures are proposed to be changed. PART 3- EXECUTION 3.01 PROPORTIONING CONCRETE MATERIALS A. Do not place concrete prior to favorable review of submittals for reinforcing steel, materials specified in this Section and the mix proposed. Unfavorable results of actual placementss may require a redesign of mixes in addition to corrective work related to any defects. B. Do not make substitutions to the constituents tested in the design of concrete mixes without favorable review of the revised mix and the new test results. Contract No. 5529 03300 - 11 Cast-in-Place Concrete Rev. 9/17/15 3.02 MEASURING, BATCHING AND MIXING CONCRETE MATERIALS A. General: 1. Measure, batch, mix, transport and deliver concrete materials and concrete in conformance with ASTM 094. If packaged dry-combined materials are used, they shall conform to the requirements of ASTM C387. 2. Deliver completely mixed to the project site. 3. When concrete arrives at the point of delivery with a slump below that which will result in the specified slump at the point of placement and is unsuitable for placing at that slump, the slump may be adjusted to the required value by adding water up to the amount allowed in the favorably reviewed mixture proportions. Addition of water shall be in accordance with ASTM C94. Do not exceed the specified water-cementitious material ratio (w/cm) or slump. Do not add water to concrete delivered in equipment not acceptable for mixing. After plasticizing or high-range water-reducing admixtures are added to the concrete at the site to achieve flowable concrete, do not add water to the concrete. Measure slump and air content of air-entrained concrete after slump adjustment to verify compliance with specified requirements. Do not add water unless approved by the Engineer. Do not add mixing water during hauling. Add water after delivery and only from the "hold-out" volume indicated on the mix ticket. Should water be added, revolve the mixing drum not less than 30 revolutions at mixing speed after adding and before commencing discharge. 4. Deliver each load at the job site accompanied by a ticket showing mix design number, volume of concrete, the weight of cement in pounds and the total weight of each ingredient in pounds. Also show the time at which the materials were batched and the reading of the revolution counter at the time the truck mixer was charged. 5. No retempering of partially hardened material is permitted. Do not use partially hardened concrete in the work. B. Batching in Adverse Weather: 1. Cold Weather: In accordance with ACI 306. 2. Hot Weather: In accordance with ACI 306. 3.03 FORMWORK AND FORMWORK ACCESSORIES A. In accordance with ACI 301 3.04 PLACING CONCRETE AND GROUT A. Preliminary Work: 1. Remove hardened concrete and foreign materials from the inner surface of the mixing and conveying equipment. Remove all debris from the space to be occupied by the concrete. 2. Remove water from the space to be occupied by the concrete before concrete is deposited. Divert any flow of water into an excavation through proper site drainage to a sump, or by other methods. If required by the Engineer, grout up any water vent pipes and drains after the concrete has thoroughly hardened. 3. Remove snow, ice, frost, and other foreign materials from surfaces, including reinforcement and embedded items, against which concrete will be placed. Contract No. 5529 03300 - 12 Cast-in-Place Concrete Rev. 9/17/15 4. Provide satisfactory redundancy in the delivery system so that work can continue in the event of a breakdown. 5. Rapidly convey concrete from mixer to final deposition by methods that prevent segregation or loss of constituents and ensure the required concrete quality. 6. Do not use aluminum materials in pumping lines, transfer hoppers or chutes. Provide conveyor belts instead of chutes when the distance is longer than 50 feet. Use a storage hopper at the start of the line. 7. For pumped concrete, provide a hose with an angle-change, to create a back-pressure at the outlet. 8. Provide illumination if necessary inside the forms, so that the placed concrete will be visible from the deck at top of formwork. 9. Before placing a concrete slab-on-grade, clean foreign materials from the subgrade and provide subgrade soils satisfying the following requirements: a. Well drained and of uniform loadbearing nature. b. Uniform in-place density throughout the area and at least the minimum required in Contract Documents. c. Free from frost or ice. d. Moist with no free water and no muddy or soft spots. B. Embedded Items: 1. Place equipment, bolts, anchors, sleeves, inserts, structural steel members, angles and similar items which require embedment in the concrete. 2. Position and secure in place expansion joint materials, anchors, waterstops, and other embedded items. 3. Hot-dip galvanize ferrous metal sleeves, inserts, anchors, and other embedded ferrous items unless shown otherwise. Set anchor bolts for equipment in templates, carefully plumbed and checked for location and elevation with an instrument, and held in position rigidly by double-nutting to the template to prevent displacement while concrete is being placed. 4. Ensure that aluminum items inserted in the concrete are isolated by a bituminous or asphaltic coating in accordance with 05500. 5. Notify engineer where modifications are neccesary to avoid interference with reinforcing steel or embedded items.. 6. Inspect the installation of embedded items and reinforcing. 7. Unless noted otherwise on the Drawings do not embed conduit or pipe in concrete. C. Placing: 1. Place reinforcement in accordance with the requirements of Section 03200. 2. Do not begin to place concrete while rain, sleet, or snow is falling unless adequate protection is provided and acceptance of protection is obtained. Do not allow rain water to increase mixing water or to damage the surface of the concrete. 3. Use metal or metal-lined chutes having rounded bottoms, and sloped between one vertical section to two horizontal sections and one vertical to three horizontal sections of chute. Chutes longer than 20 ft and chutes not meeting slope requirements may be used provided the discharge is into a hopper before distributing into the forms. 4. Use pumping equipment that has sufficient capacity so that: Contract No. 5529 03300 - 13 Cast-in-Place Concrete Rev. 9/17/15 a. Initial setting of previously placed concrete does not occur before subsequent placement. b. Discharge of pumped concrete does not result in segregation. c. Modification of accepted concrete mixture is not required. 5. Place concrete without separation or loss of ingredients and without displacement of the reinforcement. 6. Do not place concrete that contains foreign material. 7. Do not deposit partially hardened concrete in the work. 8. Do not subject concrete to procedures that will cause segregation. 9. Deposit concrete continuously and as near as practicable to the final position. 10. Deposit concrete in one layer or in multiple layers. Do not deposit fresh concrete on concrete that has hardened sufficiently to cause formation of cold joints. Maintain, until the completion of the placement, a plastic concrete surface, approximately horizontal. 11. Do not place concrete over columns or walls until concrete in columns and walls has reached final set. Place concrete for beams, girders, brackets, column capitals, haunches, and drop panels at the same time as the concrete for adjacent slabs. 12. Maximum height of free fall for concrete during placement: a. Concrete with maximum 4-inch slump: 4 feet b. Concrete with high-range water reducing admixture and minimum 6-inch, maximum 9-inch slump: 8 feet 13. Place concrete continuously or in layers 12 to 20 inches in depth so that no concrete will be placed on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously as originally planned, locate construction joints during the placement. 14. Provide a dense, impervious, homogeneous concrete, free from voids or pockets. If honeycomb, air, or rock pockets occur, repair the structure in accordance with Section 03935, and modify the placing method or mix design, to prevent recurrence of deficient concrete. Provide such repairs and modifications at no additional cost. Honeycomb or large defects may be cause for rejection of the work. 15. When underwater placement is required, place concrete by an acceptable method. Deposit fresh concrete so that concrete enters the mass of previously placed concrete from within, displacing water with minimum disturbance of the concrete surface D. Time Limit: Place all concrete in its final position in slab or forms within 1-1/2 hours of batching or before the drum has revolved 300 revolutions, whichever comes first in accordance with ASTM C94. Alternatively, as part of the mix design, provide admixtures that delay the initial set and state the proposed length of time in the submittal. E. Temperature Limits: Place all concrete in its final position in slab or forms at: 1. Less than 90°F, measured in the mix. 2. When the average of the highest and lowest ambient air temperature during the period from midnight to midnight is expected to drop below 40°F for more than three successive days, deliver concrete to meet the following minimum temperatures immediately after placement: a. 55°F for sections less than 12 in. in the least dimension Contract No. 5529 03300 - 14 Cast-in-Place Concrete Rev. 9/17/15 b. 50°F for sections 12 to 36 in. in the least dimension c. 45°F for sections 36 to 72 in. in the least dimension d. 40°F for sections greater than 72 in. in the least dimension The temperature of concrete as placed shall not exceed these values by more than 20°F. These minimum requirements may be terminated when temperatures above 50°F occur during more than half of any 24-hour duration. 3. Temperature measurements above refer to on-site measurements. Refer to the vibration, concrete joints and curing sections for other requirements. 4. When the temperatures are outside these ranges, place concrete in accordance with Section 03305 and 03306. F. Precast Items: 1. Supply and design vaults and manholes in accordance with the Division 2 sections for these items. Comply with additional requirements below. 2. Items may be cast on or off the site. 3. Take particular care when handling and placing the precast items. Lift or move after a minimum of 90% of the specified compressive strength has been attained. Use the average compressive strength of two test cylinders. 3.05 CONSOLIDATING A. Consolidate concrete by vibration. Consolidate concrete around reinforcement and embedded items into corners of forms to eliminate honeycombing or planes of weakness due to air voids and stone pockets. B. Use the largest and most powerful internal vibrators to consolidate the concrete. Workers shall be experienced in the use of vibrators. Do not use vibrators to move concrete within the forms. Spacing of immersion vibrator insertions shall not exceed 1-1/2 times the vibrator's radius of action in the concrete being consolidated. C. Furnish sufficient vibrators to complete the compaction as specified without causing delay in the depositing of concrete. Provide a minimum of 2 vibrators, and at least one unit in addition to those planned for active use. D. Operate vibrators with vibratory element submerged in the concrete, with frequency between 8,000 and 12,000 impulses per minute when submerged. E. Compact the concrete with high frequency, internal mechanical vibrating equipment, and when required, supplement by hand spading and tamping. Consolidate slabs 6 inches or less in depth by hand tampers, spreading and settling with a heavy leveling straightedge. F. Vibrate by direct action in the concrete for approximately 10 seconds at approximately 12-inch intervals, not against forms or reinforcements. Vibrate the concrete around the reinforcement, and around embedded fixtures and into the corners of the forms. Penetrate 6 to 12 inches into previously placed layers as new layers are placed, provided the running vibrator penetrates by its own weight. To secure even and dense surfaces, free from aggregate pockets, honeycomb, or air pockets, supplement vibration when required by forking or spading by hand or hammering the forms lightly opposite the freshly placed concrete. Revibrate the final layer. Stop vibrating when concrete is thoroughly compacted and has ceased to decrease in volume and give off air bubbles. Contract No. 5529 03300 - 15 Cast-in-Place Concrete Rev. 9/17/15 G. When placing concrete with 8-inch or more slumps, reduce the time of vibration to 5 seconds and follow the admixture manufacturer's recommendations for technique. H. Use immersion-type vibrators with nonmetallic heads when consolidating concrete around epoxy-coated reinforcement. 3.06 CURING. A. Apply a membrane curing compound in accordance with manufacturer's recommendations. Compound shall be compliant with local VOC regulations and shall not inhibit future coating if required. 3.07 FINISHES A. Provide a coarse broom finish for unformed surfaces, meeting ACI 301. B. Provide Ordinary Surface finish 2.0 Meeting ACI 301, for formed surfaces. 3.08 FIELD QUALITY CONTROL A. Site Tests: 1. Testing agencies that perform testing services on concrete materials shall meet the requirements of ASTM C1077. 2. Testing Agency Reports: a. Include location in the work where the batch represented by test was deposited and the batch ticket number on strength test reports. b. Include detailed information of storage and curing of specimens before testing on strength test reports. c. Provide final reports within 7days of test completion. 3. Furnish any necessary labor to assist in obtaining and handling samples at the project site or at the source of materials. B. Inspection: 1. Inspect concrete batching, mixing, and delivery operations. 2. Inspect forms; foundation preparation; reinforcement; embedded items; reinforcement placing; and concrete placing, finishing, and curing operations. 3. Concrete not within the specified limits of air entrainment, slump, and temperature shall not be used in the work. 3.09 PROTECTION OF IN-PLACE CONCRETE A. Loading and support of concrete: Do not allow construction loads to exceed the superimposed load that the structural member, with necessary supplemental support, is capable of carrying safely and without damage. B. Protection from mechanical injury: During the curing period, protect concrete from damaging mechanical disturbances including load stresses, shock, and harmful vibration. Protect concrete surfaces from damage by construction traffic, equipment, materials, rain or running water, and other adverse weather conditions. END OF SECTION Contract No. 5529 03300 - 16 Cast-in-Place Concrete Rev. 9/17/15 SECTION 05090 STRUCTURAL METAL FASTENERS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. All anchors, including mechanical and adhesive anchors, adhesive rebar dowels, eye bolts, turnbuckles, cable clamps, bolts, nuts, washers, inserts, and other metal fasteners not specified elsewhere. B. Related Sections: 1. Section 03200: Reinforcing Steel 2. Section 03300: Cast-in-Place Concrete 3. Section 05100: Structural Metal Framing 4. Section 05500: Metal Fabrications (Miscellaneous Metal) 1.02 REFERENCES A. American Institute of Steel Construction Specifications: 1. ANSI/AISC 360-05 Specification for Structural Steel Buildings B. Research Council on Structural Connections: 1. RCSC Specification for Structural Joints Using ASTM A325 or A490 Bolts, 2004 C. American Iron and Steel Institute (AISI) D. American National Standards Institute: 1. ANSI B18-2-1 Square and Hex Bolts and Screws 2. ANSI B18-2-2 Square and Hex Nuts 3. ANSI B18-21-1 Lock Washers 4. ANSI B18-22-1 Plain Washers E. American Society for Testing and Materials Standard Specifications: 1. ASTM A123 Zinc (Hot-Dipped Galvanized) Coatings on Iron and Steel Products 2. ASTM A153 Zinc Coating (Hot-Dip) on Iron and Steel Hardware 3. ASTM A325 Structural Bolts, Steel, Heat-Treated 4. ASTM A370 Test Methods and Definitions for Mechanical Testing of Steel Products 5. ASTM A500 Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes 6. ASTM A525 Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process 7. ASTM A563 Carbon and Alloy Steel Nuts 8. ASTM B633 Electrodeposited Coatings of Zinc on Iron and Steel 9. ASTM E8 Test Methods for Tension Testing of Metallic Materials 10. ASTM F436 Hardened Steel Washers Contract No. 5529 05090 - 1 Structural Metal Fasteners Rev. 9/17/15 II. ASTM F844 Washers, Steel, Plain (Flat), Unhardened for General Use 12. ASTM F959 Compressible-Washer-Type Direct Tension Indicator for Use with Structural Fasteners 13. ASTM F1554 Anchors Bolts, Steel, 36, 55, and 105-ksi Yield Strength F. International Code Council (ICC) 1. Evaluation Service Reports 2. AC 193 Acceptance Criteria for Mechanical Anchors in Concrete Elements 3. AC 308 Acceptance Criteria for Post-Installed Adhesive Anchors in Concrete Elements G. International Building Code (IBC) 2012Edition and California Building Code (CBC) 2013 Edition 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Product Data: 1. Adhesive anchors, reinforcing steel dowels and expansion anchors. 2. Insulation between dissimilar metals. C. Samples: Manufacturer's latest standard product: Specify special or unique products. D. ICC Evaluation Service Reports for all anchors submitted demonstrating compliance with 2009 IBC and ICC AC 193 or 308 for Mechanical or Adhesive anchors respectively. Reports for concrete anchorsshall demonstrate approval for use in cracked concrete in Seismic Design Categories A-F. E. List of all anchors to be used including: 1. Location, diameter, material type, number and length of anchors 1.04 QUALITY ASSURANCE A. General: 1. Furnish materials and fabricated items from an established and reputable manufacturer or supplier. 2. Supply all new materials and fabricated items made from first class ingredients and construction and guaranteed to perform the service required. 3. For adhesive anchorage, Contractor shall be trained by anchor product manufacturer representative and be provided with a certificate or card of completion, to be available upon request by the Special Inspector. B. Codes and Standards: 1. Bolting: a. General: AISC Specifications. C. Tests: Contract No. 5529 05090 - 2 Structural Metal Fasteners Rev. 9/17/15 1. General: The Owner shall provide Special Inspection, defined by IBC Chapter 17 and as noted in the ICC-ES report for the anchor. Installation inspection shall be periodic special inspection or continuous special inspection as required by the ICC ES report of by the Design or Specialty Engineer. D. Additional Tests: Provide and pay for all necessary additional tests made on welds or bolts required to repair or replace faulty work performed during the original fabrication. 1.05 DELIVERY, STORAGE AND HANDLING A. Handle, ship and store material in a manner that will prevent distortion, rust, damage to the shop coat or any other damage. B. Store material in a clean, properly drained location out of contact with the ground. C. Ensure that dissimilar metals are not in contact with each other. D. Replace or repair all damaged material in an approved manner. PART 2 - PRODUCTS 2.01 METAL FASTENERS A. General 1. For buried, submerged, or conditions where anchors or fasteners will be continuously or intermittently wet, except where otherwise shown or specified, all bolts, anchor bolts, mechanical anchors, adhesive anchors, washers, and nuts shall be 316 stainless steel . 2. For exterior or exposed conditions provide 316 stainless steel except where otherwise shown or specified. 3. For all other exposure conditions provide hot dipped galvanized materials, except where otherwise shown or specified. B . Bolting — Steel 1. Bolts: High Strength Bolts: ASTM 325, heavy hex, Type 1 (High Strength Bolts) OR ASTM A307, Grade A (Regular Hexagon Bolts) 2. Nuts: ASTM A563, heavy hex, Grade DH (High Strength Nuts) OR ASTM A563, Grade A (Regular Hexagon Nuts) 3. Washers: ASTM F436, Type 1, hardened (High Strength Bolt Washers) OR ASTM F 844 (Regular Bolt Circular Washers) 4. Lock Washers: ANSI B18.21.1 5. High Strength Direct Tension Indicators: ASTM F959. 6. Dimensional Requirements: a. Bolts: ANSI B18.2.1. b. Nuts: ANSI B18.2.2. C. Bolting — Stainless Steel 1. Stainless Steel Bolts: AISI 316. ASTM A193 or F593.18-8 material is not acceptable. 2. Stainless Steel Nuts: ASTM A194 or F594. Contract No. 5529 05090 - 3 Structural Metal Fasteners Rev. 9/17/15 3. Washers: AISI 316 washers meeting the dimensional requirements of ASTM F436 4. Dimensional Requirements: a. Bolts: ANSI B18.2.1. b. Nuts: ANSI B18.2.2. D. Cast-in-Place Anchor Bolts 1. Headed Anchors: ASTM F1554, Grade 36, unless Grade 55 or 105 is shown on Drawings. High Strength anchors on Drawings shall be Grade 55 minimum. 2. Threaded & Nutted Anchors: ASTM F1554, Grade 36 with threaded ends and double hex nuts at the anchored end, or with washer between anchoring nuts if shown on the drawings. Use heavy hex nuts for rods 13/4" diameter or greater. Provide Grade 55 or 105 if shown on the Drawings and use heavy hex nuts. High Strength anchors on Drawings shall be Grade 55 minimum. 3. Welded Headed Studs or Welded Hooked Studs: AWS D1.1, Grade B, fut = 60 ksi, fy = 50 ksi. 4. Hooked Anchors (J and L Bolts): Are not allowed unless specifically shown on the Drawings as they do not provide equivalent performance. If shown, provide ASTM F1554, Grade 36, unless Grade 55 or 105 is shown on Drawings. High Strength anchors on Drawings shall be Grade 55 minimum. 5. Hooked anchor bolts shall not be used in concrete masonry unit construction. 6. Provide minimum embedment shown on the Drawings, or a minimum of eight bolt diameters. E. Mechanical Anchoring Systems (friction anchors are not acceptable) 1. Mechanical Undercut Anchoring Systems (required for overhead applications) a. Anchor: Undercut anchor shall be of an undercut style with brazed tungsten carbides on the embedded end that perform the self-undercutting process. b. Carbon Steel Bolt and Sleeve: 1) Bolt: ISO 898, class 8.8, or SAE Grade 5. 2) Sleeve: AISI 1010. 2) Nuts: ASTM A563 Grade A and meeting the dimensional requirements of ANSI B18.2.2. 3) Washers: SAE 1005-1033 or AISI 1040 and meeting the dimensional requirements of ANSI B18.2.2 Type A Plain. 4) Plating: Zinc plated in accordance with ASTM B633, SC1, Type III Fe/Zn 5. c. Stainless Steel Bolt and Sleeve: 1) Bolt: AISI 316 or 316T1. 2) Sleeve: AISI 316 or 316Ti or Type 304 stainless steel. 3) Nuts: DIN 934, grade 8. 4) Washers: DIN 6796 or Type 18-8 stainless steel. d. Submit a product evaluation report by ICC-ES showing Cracked Concrete testing compliance per A.C.193. e. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for published allowable loads. f. Manufacturer: Hilti, Inc. HDA Undercut Anchor, Simpson Torq-Cut (pending ICC approval) Atomic+ Undercut by Powers Fasteners or equal. 2. Mechanical Expansion Anchoring Systems Contract No. 5529 05090 - 4 Structural Metal Fasteners Rev. 9/17/15 a. Anchor: Expansion anchor shall be preassembled expanding sleeve or wedge type with a single piece three section wedge. Anchors shall meet the description of Federal Specification A-A 1923A or A-A 1922A, Type 4. Anchor will bear a length identification code that is visible after installation. Provide hex head stud style unless flat or rod coupler styles are noted on Drawings. b. Carbon Steel Anchors: 1) Anchor Body: ASTM A510 or AISI 1018 or AISI 12L14 or SAE J403. 2) Nuts: ASTM A563 Grade A and meeting the dimensional requirements of ANSI B18.2.2. 3) Washers: SAE 1005-1033 or ASTM F844 and meeting the dimensional requirements of ANSI B18.2.2 Type A Plain. 4) Plating: Zinc plated in accordance with ASTM B633, SCI, Type III Fe/Zn 5. c. Stainless Steel Anchors: 1) Anchor Body and Wedges: ASTM A276 or ASTM A493 with chemical composition of either AISI 304 or 316 or 316L. 2) Nuts: ASTM F594 with chemical composition of either AISI 304 or 316 or 316L. 3) Washers: ASTM A240 with chemical composition of either AISI 304 or 316 or 316L. d. Submit a product evaluation report by ICC-ES showing Cracked Concrete testing compliance per A.C. 193. e. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for published allowable loads. f. Manufacturer: Hilti, Inc. Kwik Bolt TZ, Simpson Strong-Bolt, Powers Fasteners, Power-Stud +SD1 or Power-Stud +SD2 (except %t" diameter and not for use in masonry), or equal. 3. Concrete Screw Anchoring Systems a. Anchor: Concrete screws shall be self tapping and heat treated. Screw anchors shall have complete contact with the base material and shall not require oversized holes for installation. Anchors will bear a length identification code that is visible after installation. b. Carbon Steel Anchors: 1) Anchor Body: High Yield Strength Carbon Steel (fy > 95 ksi) 4) Plating: Zinc plated in accordance with ASTM B633, SCI or Mechanically galvanized per ASTM B695, Class 65, Type 1. c. Submit a product evaluation report by ICC-ES showing Cracked Concrete testing compliance per A.C. 193. d. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for published allowable loads. e. Manufacturer: Simpson Strong-Tie Titen HD Concrete Screw, Hilti Kwik HUS-EZ (Pending ICC approval) or equal. F. Adhesive Anchoring Systems 1. Adhesive (Epoxy) Injection Anchoring Systems a. Adhesive: Adhesive consisting of two-component epoxy base resin and hardener material meeting the requirements of ASTM C-881 Types I and Contract No. 5529 05090 - 5 Structural Metal Fasteners Rev. 9/17/15 IV, Grade 3, Class C. The adhesive shall be supplied in manufacturer's standard side-by-side cartridge and dispensed through a static-mixing nozzle supplied by the manufacturer. b. Anchor Rod, Reinforcing Steel or Insert: Threaded Rod or insert with chamfered threaded end for ease of starting nut on one end and 45 degree chisel or cut point on opposite end (where insert is required by manufacturer). Furnish nuts and washers to meet the requirements of the rod or insert. Unless noted otherwise on the drawings provide hot dip galvanize rods or inserts or stainless steel. Stainless steel rods or inserts shall be provided in buried or submerged locations. Reinforcing Steel shall meet the requirements of Section 03200. All Reinforcing Steel indicated to be embedded in existing concrete shall be embedded using the epoxy injection systems. 1) ASTM A36 or A307 (standard carbon steel anchor). 2) ASTM A193 Grade B7 (high strength carbon steel anchor). 3) Reinforcing bars as specified in Section 03200 with chisel or cut point. 4) AISI 304/ASTM A276 or AISI 316UASTM A276 stainless steel meeting the mechanical requirements of ASTM F-593 (Condition CW). c. Submit a product evaluation report by ICC-ES showing Cracked Concrete testing compliance per A.C. 308. d. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for published allowable loads. e. For submerged application in potable water provide NSF/ANSI STD 61 certification. f. Manufacturer: Hilti HIT RE 500-SD Epoxy Anchoring System, Hilti HIT HY- 150 MAX-SD, Simpson Strong-Tie SET-XP Epoxy, PE1000+ by Powers Fasteners or equal. 2.02 MISCELLANEOUS ITEMS A. Turnbuckles: ASTM F1145 and AISI C-1035. B. Eye Bolts and Eye Nuts: ASTM F541 and AISI C-1030. C. Clevises: AISI C-1035. D. Threaded Rods (Tie Rods): ASTM A36 E. All metal fasteners not specified elsewhere. 2.03 GALVANIZING A. Hot-dip galvanize all exterior and exposed steel items, except when specified otherwise. 1 Steel hardware, nuts, bolts, washers, anchors, and threaded rods: ASTM A153. 2. Where specified, electroplate nuts, bolts and washers with zinc coating of 0.001-inch minimum thickness in accordance with ASTM B633 Class SC4. Where specified, provide a 4-mil DFT coating of zinc silicate. 3. Size nuts so that they screw on threaded bolts readily after galvanizing or coating. Contract No. 5529 05090 - 6 Structural Metal Fasteners Rev. 9/17/15 B. Repair Materials: Gal-Viz by Thermacote Weleo, Pasadena, CA; ReGalv by Rotometals, Inc., San Francisco, CA; or equal. 2.04 NON-SHRINK GROUT A. See Section 05100. PART 3- EXECUTION 3.01 ERECTION A. Structural Steel Work: 1. Connections: a. Provide anchor bolts and other connections between structural steel and foundations. b. Set all anchor bolts by template, with provisions to hold bolts rigid and in correct position with respect to plan and elevation. c. Install adhesive and expansion anchorages by personnel with satisfactory previous experience using the same Products, following the manufacturer's recommendations and in compliance with the latest ICC-ES report. d. Detail any undesigned connections in accordance with the AISC Specification. e. Do not increase any hole diameter or slot length without the Engineer's approval. f. Washers: 1. Provide washers for slotted holes. Washers shall be hardened for high-strength bolts (fy > 36 ksi) and shall be 3/8-thick plate washer for long-slotted holes. 2. Provide washers under the turned element for bolts installed with the Calibrated Wrench Pretensioning method. 3. Provide washers for bolts installed with the Direct-Tension-Indicator Pretensioning method. 3. Where metal is fastened to concrete, make the connections by anchor bolts, or by anchors embedded in concrete, such as adhesive, or expansion anchors. 4. Provide grout pads below base and bearing plates of non-shrink non-metallic grout having a minimum thickness of 3/4-inch unless otherwise noted. Do not bear directly on concrete slabs or equipment bases. 5. Provide leveling nuts on anchor bolts, below base plates, and adjust prior to grouting. 6. Where anchorage requires drilling into existing concrete, contractor shall locate all reinforcing steel at least 14 days prior to drilling and shall notify engineer of any conflicts immediately upon discovery. Contractor shall not drill through or cut any reinforcing steel without express written direction from the engineer. B. Mechanical Anchoring Systems: Mechanical anchoring systems shall be installed in accordance with the ICC-ES Evaluation Report for the specific anchor. 1. Mechanical Undercut Anchoring Systems (required for overhead applications) a. Drill a hole in the base material using drill bit diameter and embedment depth in accordance with the manufacturer's instructions. Contract No. 5529 05090 - 7 Structural Metal Fasteners Rev. 9/17/15 CAUTION: Oversized holes in the base material will reduce the anchor's load capacity and cannot be used. b. Remove dust from holes with compressed air. c. Assemble the anchor with the nut and washer so the top of the nut is flush with the top of the anchor. d. Place the anchor in the fixture and drive into the hole until washer and nut are tight against the fixture. a Install nut and washer and tighten to the required installation torque. 2. Mechanical Expansion Anchoring Systems a. Drill a hole in the base material using drill bit diameter and embedment depth in accordance with the manufacturer's instructions. CAUTION: Oversized holes in the base material will reduce the anchor's load capacity and cannot be used. b. Remove dust from holes with compressed air. c. Assemble the anchor with the nut and washer so the top of the nut is flush with the top of the anchor. d. Place the anchor in the fixture and drive into the hole until washer and nut are tight against the fixture. e. Install nut and washer and tighten to the required installation torque. C. Adhesive Anchoring Systems: Adhesive anchoring systems shall be installed in accordance with the ICC-ES Evaluation Report for the specific anchor. Adhesive anchoring systems are not allowed in overhead applications. 1. Adhesive (Ester or Epoxy) Injection Anchoring Systems a. Drill a hole to the specified depth and diameter. b. Clean hole with a wire brush. Remove dust from holes with oil-free compressed air. Jetting holes with water is not permitted. c. Install adhesives only in clean holes free of standing water. 1) Dispense portion of adhesive off to the side to check for proper mixture, and consistent color before using. 2) Fill hole halfway to 2/3rds, starting from bottom of hole to prevent air pockets. Withdraw nozzle as hole fills up. 3) Substrate temperature should be kept above the minimum allowed temperature as specified by the manufacturer for the entire curing process. 4) Insert anchor, turning slowly until the anchor contacts the bottom of the hole. Do not disturb anchor during the specified cure time. 5) For holes 10" and deeper contractor shall use a piston plug for adhesive anchor installation D. Repair of Connections: The Contractor shall pay for all necessary additional tests made on weld or bolts required to repair or replace faulty work performed during the original fabrication or during erection. E. Repair of Galvanized Coating: 1. Repair surfaces damaged by cutting or welding by the heated repair method. Repair handrails or other surfaces that will not be painted and that are field welded or damaged by the heated galvanize repair method. 2. Heat substrate to 600°F, or apply hot process touch-up material right after welding before metal has cooled below 600°F. Contract No. 5529 05090 - 8 Structural Metal Fasteners Rev. 9/17/15 3. Rub bar of specified galvanize repair material over surface of hot substrate to apply a uniform coating of zinc. Wire brush hot coating with a clean wire brush to smooth out and bond zinc coating to substrate to apply a uniform coating of zinc. 3.02 FIELD QUALITY CONTROL A. Mechanical and Adhesive Anchoring Systems: 1. Anchoring systems shall be installed in accordance with the ICC-ES Evaluation Report for the specific anchor. All anchors shall be tested in accordance with paragraph 1.04C. 2. Set torque-controlled expansion-type anchors to the recommended installation torque using a calibrated torque wrench. Following attainment of 10% of the specified torque, 100% of the specified torque shall be reached within 7 or fewer complete turns of the nut. If the specified torque is not achieved within the required number of turns, the anchor shall be removed or abandoned. 3. Set displacement-controlled expansion-type anchors to the recommended displacement. If the concrete cracks during installation of the anchor, the anchor shall be removed or abandoned. 4. Anchors should exhibit no discernable movement during load testing. 5. Holes drilled for anchors that do not set properly or fail in a tension test may not be reused, and shall be filled with non-shrink grout. B. Erection Sequence: Verify each stage is completed before proceeding to the next. C. Tolerances: AISC Standard Practice. END OF SECTION Contract No. 5529 05090 - 9 Structural Metal Fasteners Rev. 9/17/15 Section 05500 METAL FABRICATIONS (MISCELLANEOUS METAL) PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. All metal fabrications and other miscellaneous metal items together with related accessory items and fasteners, including: a. Pipe Supports b. All other metal fabrications and miscellaneous metal not covered under other sections. B. Related Sections: 1. Section 05090: Structural Metal Fasteners 1.02 REFERENCES A. American National Standards Institute: 1. B18.23.1 Beveled Washers B. ASTM International (ASTM): 1. A36 Specification for Carbon Structural Steel 2. A53 Specification for Pipe, Steel, Black and Hot-Dipped Zinc-Coated Welded and Seamless 3. A123 Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products 4. A153 Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware 5. A283 Specification for Low and Intermediate Tensile Strength Carbon Steel Plates 6. A307 Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength 7. A500 Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes 8. A501 Specifications for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing 9. A653 Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc- Iron Alloy-Coated (Gavannealed) by the Hot-Dip Process 10. A786 Specification for Hot-Rolled Carbon, Low-Alloy, High-Strength Low-Alloy and Alloy Steel Floor Plates 11. A793 Specification for Rolled Floor Plate, Stainless Steel 12. B632 Specification for Aluminum-Alloy Rolled Tread Plate 13. C595 Specification for Blended Hydraulic Cement 14. C1107 Specification for Packaged Dry, Hydraulic-Cement Grout (Non- Shrink) 15. F844 Specification for Washers, Steel, Plain (Flat), Unhardened for General Use Contract No. 5529 05500 - 1 Metal Fabrications Rev. 9/17/15 (Miscellaneous Metals) 16. F2329 Specification for Zinc Coating, Hot-Dip, Requirements for Application to Carbon and Alloy Steel Bolts, Screws, Washers, Nuts, and Special Threaded Fasteners C. Publications of the National Association of Architectural Metal Manufacturers (NAAMM): 1. "Metal Product Outline; Division 5 Metal" 2. "Metal Stair Manual" 3. "Metal Finishes Manual" 4. "Pipe Railing Manual" 5. "Metal Bar Grating Manual" D. The Society for Protective Coatings (SSPC), Volume 2. Standards for Surface Preparation are specified by SSPC followed by SP and a number indicating the specified type of surface preparation. E. International Building Code (IBC) F. International Code Council (ICC) 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Product Data: Fully describe every product proposed for use. C. Shop Drawings: 1. Show dimensions, finishes, joining, attachments, inserts, and relationship of work to adjoining construction. 2 Indicate all shop and erection details including cuts, copes, connections, holes, threaded fasteners and welds. Indicate welds using AWS "Welding Symbols." 3. Show field measured dimensions of this and adjacent work and location of inserts on fabrication drawings. 1.04 QUALITY ASSURANCE A. Contractor's Qualifications: 1. Welding procedures, welders, and welding operations shall be qualified for the type of work required in accordance with AWS Standard Qualification Procedures. 2. Apply fusion epoxy coating by a specialty contractor regularly engaged in the application of fusion epoxy coatings for industrial corrosion protection applications. Application of decorative epoxy coatings to ornamental iron work is not considered an acceptable qualification. B. Regulatory Requirements: Comply with the following codes and reference standards unless higher standards are specified, shown or required by applicable codes: 1. "Specification for the Design, Fabrication and Erection of Structural Steel for Buildings," American Institute of Steel Construction (AISC), latest edition. 2. Structural Welding Code of the American Welding Society, AWS D1.1, latest edition. 3. International Building Code (IBC), adopted edition, especially Paragraphs 1013, Guardrails, Paragraph 1012, Handrails and Paragraph 1009, Stairs. Contract No. 5529 05500 - 2 Metal Fabrications Rev. 9/17/15 (Miscellaneous Metals) 4. Stair, guardrail and accessibility design requirements in IBC, OSHA and CCR Title 8 Cal-OSHA and the Federal Americans with Disabilities Act (ADA). C. Testing: 1. Test materials in accordance with CBC. 2. Test welding in accordance with CBC. 3. Test fasteners in accordance with Section 05090. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver anchorage devices that will be embedded in the work of other trades in sufficient time to permit their timely installation. Provide proper setting drawings, templates and directions for installation. B. Store materials above ground on plafforms, skids or other supports. Store all fasteners and welding electrodes in a weathertight and dry location until ready for use. Store packaged materials in their original labeled containers. PART 2- PRODUCTS 2.01 MATERIALS, GENERAL A. Standard Structural Steel Shapes, Bars and Plates: ASTM A36. B. Architectural and Miscellaneous Steel Items: ASTM A283, Grade A. C. Steel Tubing: ASTM A500, (cold formed) Grade A, or ASTM A501 (hot formed), welded or seamless. D. Steel Pipe: Seamless, conforming to ASTM A53, Type E or S, Grade B. E. Bolts and Nuts: ASTM A307, Grade A. F. Plain Washers: ASTM F844. G. Beveled Washers: ANSI B18.23.1. H. Weld Type Bends and Fittings for Pipe Guardrails, Handrails and Stair Rails: R&B Wagner, Inc.; J.G. Braun; or equal. 1. Provide manufactured preformed side outlet (3-way) elbows, radius elbows, bends, tees, crosses and other fittings of flush design for welded assembly. 2. Provide elbows with a 1-inch-inside radius. 3. Provide three-way elbows with a 1/8-inch inside radius. 4. Provide inside alignment sleeves. I. Concrete Inserts for Guardrail Posts: 16-gauge galvanized steel sleeves, or foam polystyrene inserts 1/2-inch larger than post diameter x 6 inches (150 mm) deep with removable slip-on plastic covers. J. Anchorages to Concrete and Masonry: 1. Refer to Section 05090 for anchors carrying shear or tension loads 400 lbs. or more. 2. Provide cast-in-place, expansion or bonded anchorages with minimum size 3/8-inch-diameter, 3-inch embedment. 3. Provide a satisfactory evaluation report by ICC. 4. Do not load the anchorage in excess of half the ICC values without inspection by Engineer. Contract No. 5529 05500 - 3 Metal Fabrications Rev. 9/17/15 (Miscellaneous Metals) 5. Material: Galvanized steel, or as noted on the Drawings. 6. Do not use for loads in tension or withdrawal or for loads subject to vibration. K. Non-Shrink Grout: ASTM 01107, with no shrinkage as measured by ASTM C827. Furnish a pre-mixed product consisting of properly proportioned amounts of non- metallic dimensionally stable material to which water is added. 2.02 GALVANIZING A. Hot-dip galvanize all exterior ferrous metal work and all noted interior ferrous metal work. B. Hot-dip galvanize all sheet steel, plain or shaped in accordance with ASTM A653, G-90 Commercial Grade. C. Hot-dip galvanize all products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 1/8-inch thick or heavier, in accordance with ASTM A123. D. Hot-dip galvanize all steel hardware, nuts, bolts, washers, anchors, and threaded rods in accordance with ASTM A153 or F2329. Size thread clearance to allow for galvanized coating; rerun threads after galvanizing, if required, to assure a smooth fit. 2.03 GALVANIZING REPAIR A. Repair damaged galvanizing by heated repair method. Repair materials: ReGalv by Rotometals, Inc., San Francisco, CA; or equal. Specifier knows of no equal. 2.04 SHOP PRIMING A. Refer to Section 09900 for surface preparation, pretreatment, primers, and application techniques. B. Apply one shop coat of rust inhibiting primer in accordance with Section 09900 to all steel fabrications not scheduled to be galvanized. I. Apply two coats of primer to surfaces not in contact but inaccessible after assembly. 2.05 ISOLATION COATINGS A. Coat aluminum in contact with other metals with aluminum pigmented asphalt paint or two coats of a high build polyamide epoxy paint, Tnemec 66 or equal, with a total thickness of system OF = 8.0 mils, minimum. B. Coat aluminum in contact with concrete, masonry or plaster with Tnemec 46-465 or equal, with a total thickness of system DFT = 8.0 mils, minimum. C. Provide neoprene or phenolic washers and isolation bolt sleeves or insulating compound at all stainless steel fasteners to aluminum interfaces. Isolation washers shall be capped under a stainless steel washer. Insulating compounds shall be Tef- Gel by Ultra Safety Systems Company, Lanocote by Forespar, or equal. Contract No. 5529 05500 - 4 Metal Fabrications Rev. 9/17/15 (Miscellaneous Metals) 2.06 ATTACHMENTS A. Metal Anchors: Provide metal anchors and fasteners required to secure all frames and other items rigidly in place and detailed for installation into concrete forms prior to placing concrete. B. Anchor Bolts and Anchorages to Concrete and Masonry: In accordance with Specification Section 05090 PART 3- EXECUTION 3.01 ERECTION TOLERANCES A. Conform to straight plumb and horizontal lines which also form a true flat plane to within 1/8-inch in 2 feet and %-inch in 10 feet and 1/2 maximum overall. B. Curved surfaces shall conform to a true arc of a circle to within 1/8-inch in 12 inches and %-inch maximum overall. 3.02 INSTALLATION GENERAL A. Fabricate and pre-fit metal work in the shop, in transportable components ready for field erection. B. Make proper allowance for expansion and contraction of the metals and of the materials to which they are fastened. C. Where metal is fastened to concrete, make the connection by means of sleeves and fastenings embedded in concrete or by expansion shield anchor bolts or wedge anchor bolts. Wood plugs, plastic plugs or powder driven studs are not acceptable. D. Construct steel work in accordance with AISC Standard practices to withstand the forces normally applied and in compliance with IBC and OSHA requirements. E. Grind welds smooth on all metal work exposed to view. Provide work that has: 1. Surfaces that are flat, straight, square, plumb and level. 2. Smooth curves, free of flat spots, and of uniform radius or, if intended to be of changing radius, follow a flowing fair curve. 3. Make transitions between curved and straight portions of work at tangent points to achieve smooth and free flowing lines and surfaces without flat spots or abrupt changes in direction. F. Provide 1/8-inch radius corners and edges on all exposed work. G. Perform all welding in accordance with AWS Code D1.1. Employ methods and techniques to achieve strength and good appearance. H. Field Assembly: Set members to lines and elevations indicated. Align and adjust members before making permanent connections. I. Galvanized Metal Repair: Repair damaged galvanized metal by the heated substrate method as specified in Paragraph 2.03. J. Touch-up Painting (Ferrous Metals): After field assembly, clean all bare metal and all abrasions to shop coat, and spot paint with same primer used in the shop. Contract No. 5529 05500 - 5 Metal Fabrications Rev. 9/17/15 (Miscellaneous Metals) 3.03 MISCELLANEOUS A. Furnish the following for field installation: 1. Custom fabricated steel connectors for wood beams and other rough carpentry work. 2. Door frames made of structural steel shapes for installation in the concrete pour. Provide all anchors and connectors. 3. Miscellaneous metal work not specified in other sections. 3.04 REPAIRS A. Repair or replace all defective work including: 1. Unsightly welds. 2. Discontinuous welds. 3. Uneven connections. 4. Variations exceeding specified tolerances. 5. Kinks, bends. 6. Other defects affecting the quality, strength, utility and appearance of the work. 3.05 CLEANING A. Wash thoroughly using clean water and detergent. B. Do not use acid solutions, steel wool or other abrasives. C. Remove stubborn grease stains with mineral spirits. END OF SECTION Contract No. 5529 05500 - 6 Metal Fabrications Rev. 9/17/15 (Miscellaneous Metals) SECTION 09960 HIGH PERFORMANCE COATINGS PART 1 - GENERAL 1.01 SCOPE OF WORK A. Section 09960 provides the requirements for; coating systems, surface preparation, coating application, and quality assurance/quality control relative to the equipment, structures listed in the Finish Schedule/Contract Drawings. B. Unless specified elsewhere, or shown on the Contract Drawings, the following shall not be coated: 1. Metal completely embedded in concrete (except aluminum). 2. Piping buried in ground or encased in concrete. 3. Galvanized metal, including galvanized pipe supports. 4. Plastic pipe, including: polyvinyl chloride, polyethylene, and polypropylene piping. 5. Stainless steel. 6. Bronze, brass. 7. Nameplates and grease fittings. 8. Factory finished electrical panels. 9. Factory fusion-bonded epoxy coated items. 10. Aluminum or galvanized ductwork enclosed inside furred ceiling spaces. 11. Aluminum handrail and aluminum guardrail. 12. Fiberglass. 13. Electrical conduit. 14. Copper pipe. C. Related Sections: 1. Section 11001: General Equipment and Mechanical Requirements 2. Section 03350: Concrete Finishes 3. Section 01300: Submittals. D. The Contractor's bid shall be based upon using the products specified. If the products specified are not available in formulations that meet applicable regulations for volatile organic compound (VOC) levels at time of application, the Contractor shall submit for review products of equivalent quality and function that comply with regulations in effect at that time. A reasonable difference in cost of material between the first named items specified and the products that are required to meet regulations that change after the bid date and are in effect at the time of application may be approved for payment by Change Order in accordance with the General Conditions. 1.02 DEFINITIONS A. Abrasive: Material used for blast-cleaning, such as sand, grit or shot. B. Abrasive Blast Cleaning: Cleaning/surface preparation by abrasive propelled at high speed. C. Anchor Pattern: Profile or texture of prepared surface(s). Contract No. 5529 09960 - 1 High Performance Coatings Rev. 9/17/15 D. American National Standards Institute (ANSI). E. ASTM International (ASTM). F. Bug Holes: Small cavities, usually not exceeding 15 mm in diameter, resulting from entrapment of air bubbles in the surface of formed concrete during placement and compaction. G. Coating/Lining Thickness: The total thickness of primer, intermediate and/or finish coats. H. Dewpoint: Temperature of a given air/water vapor mixture at which condensation starts. I. Dry Film Thickness (DFT): Depth of cured film, usually expressed in mils (0.001-inch). Use this definition as opposed to existing definition. J. Drying Time: Time interval between application and curing of material. K. Dry to Recoat: Time interval between application of material and ability to receive next coat. L. Dry to Touch: Time interval between application of material and ability to touch lightly without damage. M. Feather Edging: Reducing the thickness of the edge of paint. N. Feathering: Operation of tapering off the edge of a point with a comparatively dry brush. 0. Field Coat: The application or the completion of application of the coating system after installation of the surface at the site of the work. P. Hold Point: A defined point, specified in Section 09960, at which work shall be halted for inspection. Q. Holiday: A discontinuity, skip, or void in coating or coating system film that exposes the underlying substrate. R. Honeycomb: Segregated condition of hardened concrete due to non-consolidation. S. ICRI: International Concrete Repair Institute. T. Incompatibility: Inability of a coating to perform well over another coating because of bleeding, poor bonding, or lifting of old coating; inability of a coating to perform well on a substrate. U. Laitance: A layer of weak, non-durable concrete containing cement fine that is brought to the surface through bleed water as a result of concrete finishing/over- finishing. V. Mil: 0.001-inch. W. National Association of Corrosion Engineers International (NAGE). X. Overspray: Dry spray, particularly such paint that failed to strike the intended surface. Y. Owner: The awarding authority or entity that manages/operates the facility where the specified work will be performed. For the purposes of Section 09960, the term "Owner" may also refer to designated representatives such as the Design Engineer, The Construction Manager, or an Independent Consultant. Contract No. 5529 09960 - 2 High Performance Coatings Rev. 9/17/15 Z. Pinhole: A small diameter discontinuity in a coating or coating system film that is typically created by outgassing of air from a void in a concrete substrate resulting in exposure of the substrate or a void between coats. AA. Pot Life: Time interval after mixing of components during which the coating can be satisfactorily applied. BB. Resurfacer/Resurfacing Material: A layer of cementitious and/or resin-sed material used to fill or otherwise restore surface continuity to worn or damaged concrete surfaces. CC. Shelf Life: Maximum storage time for which a material may be stored without losing its usefulness. DD. Shop Coat: One or more coats applied in a shop or plant prior to shipment to the site of the work, where the field or finishing coat is applied. EE. Spreading Rate: Surface area covered by a unit volume of paint at a specific film thickness. FF. The Society for Protective Coatings (SSPC). GG. Stripe Coat: A separate coat of paint applied to all weld seems, pits, nuts/bolts/ washers, and edges by brush. This coat shall not be applied until any previous coat(s) have cured and, once applied, shall be allowed to cure prior to the application of the subsequent coat(s). HH. Surface Saturated Dry (SSD): Refers to concrete surface condition where the surface is saturated (damp) without the presence of standing water. II. Tie Coat: An intermediate coat used to bond different types of coatings. Coatings used to improve the adhesion of a succeeding coat. JJ. Touch-Up Painting: The application of paint on areas of painted surfaces to repair marks, scratches, and areas where the coating has deteriorated to restore the coating film to an unbroken condition. KK. Technical Practice Committee (TPC). LL. VOC Content: The portion of the coating that is a compound of carbon, is photo chemically reactive, and evaporates during drying or curing, expressed in grams per liter (g/I) or pounds per gallon (lb/gal). MM. Immersion: Refers to a service condition in which the substrate is below the waterline or submerged in water or wastewater at least intermittently if not constantly. NN. Weld Spatter: Beads of metal scattered near seam during welding. 00. Wet Film Thickness (WFT): The primer or coating film's thickness immediately following application. Wet film thickness is measured in mils or thousandths of an inch (0.001-inch) and is abbreviated WFT. 1.03 REFERENCES A. Section 09960 contains various guide documents, technology reports, and other industry standards relative to surface preparation, coating application, and testing methods. They are a part of Section 09960 as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of Contract No. 5529 09960 - 3 High Performance Coatings Rev. 9/17/15 conflict between the requirements of this section and those of the listed documents, the requirements of Section 09960 shall prevail. B. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Invitation to Bid. If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued, or replaced. C. Standards and References are included as Appendix A. 1.04 SUBMITTALS A. Provide in accordance with Section 01300: 1. Submit a list and description of all surfaces for which there is a question about what standard coating system to apply as part of the work covered by Section 09960 through a Request for Information. 2. Submit a Complete Finish Schedule including the specified Finish Schedule included in paragraph 2.02 and any additional surfaces to be coated by products submitted under this Section 09960. Denote the specific products and specific manufacturers for each item (structure, equipment, or substrate plus the manufacturer's brand name, product name, and designation number for each coat of each system to be used). a. If materials other than those listed are submitted, provide information to justify and define the proposed substitution. The Owner may further require the Contractor to furnish additional test results from an independent paint laboratory comparing the proposed substitution with one of the named products, at no additional cost to the Owner. b. Submit a color card or fan deck for each manufacturer and each coating product submitted. 3. Prior to ordering material, confirm the items included in the Complete Finish Schedule and submit the Complete Finish Schedule plus the Owner approved colors for each location (structure, equipment, substrate). 4. Current printed recommendations and product data sheets for coatings/coating systems including: a. VOC data. b. Storage requirements. c. Surface preparation recommendations. d. Primer type, where required. e. Maximum dry and wet mil thickness per coat. f. Minimum and maximum curing time between coats, including atmospheric conditions for each. g. Curing time before submergence in liquid. h. Thinners/solvents for reduction and cleaning. i. Ventilation requirements. j. Minimum and maximum atmospheric application conditions. k. Allowable application methods. I. Maximum allowable moisture content (concrete substrates). m. Maximum shelf life. Contract No. 5529 09960 - 4 High Performance Coatings Rev. 9/17/15 5. Manufacturer's Certification that the submitted coatings meet applicable Air Quality Management District regulations as to allowable VOC content for the place of application and use intended. 6. Qualifications for Quality Control personnel to be provided on site by the Contractor including, but not limited to, the inspector's NACE and SSPC Certification numbers for the certifications requested in paragraph 1.05.E.2 of this Section 09960. 7. Material Safety Data Sheets (MSDS) for all materials to be delivered to the job site, including coating system materials, solvents, and abrasive blast media. 8. A minimum of five project references, including current contact name, address, and telephone number where the submitted materials have been successfully applied, in similar exposures, within the past 5 years. This submittal is only required if products not listed in Section 09960 are submitted. 9. A letter from the selected and approved coating manufacturers for the project that verifies that the applicator meets the quality assurance requirements of paragraph 1.05.0 of Section 09960 including application personnel training requirements. 10. Information that defines the end date for field coating application for all equipment, machinery, and piping to ensure that the maximum recoat time for the shop applied primers will not be exceeded when field applied coatings are installed. 11. Provide written confirmation by the shop and field applied coating manufacturers that compatibility between the shop and field applied coatings has been checked and approved by those manufacturers. 1.05 QUALITY ASSURANCE A. Environmental Regulatory Requirements: 1. All work, material, procedures, and practices under Section 09960 shall conform to requirements of the local Air Resources Board or Air Quality Management District having jurisdiction. Prime or finish coat painting done in locations other than the project site shall be in accordance with air quality regulations in effect at the place the coating is applied. Products specified herein are, to the best of the Design Engineer's knowledge, in compliance with the applicable VOC levels allowable at the date these Specifications were issued for bid. 2. The Air Resources Board or Air Quality Management District having jurisdiction may prohibit the sale or application of paints and enamels containing more than the stipulated quantities of volatile organic compounds manufactured after a stated date. Provide material meeting applicable regulations effective at the date of manufacture, or if not available, provide top of the line materials developed as replacements for specified materials and meeting applicable regulations as to VOC content. 3. If the Contractor applies coatings that have been modified or thinned other than as recommended or approved by manufacturer, the Contractor shall be responsible for any fines, costs, remedies, or legal actions that may result. 4. Surface preparation activities that result in the generation of airborne emissions shall be performed in accordance with applicable Federal, State, County, or Local regulations and ordinances. The Contractor shall be responsible for securing any and all licenses and permits required, at no additional cost to the Owner. Contract No. 5529 09960 - 5 High Performance Coatings Rev. 9/17/15 5. All debris (liquid or solid) generated from surface preparation or coating activities shall be disposed offsite in accordance with applicable Federal, State, County, or local regulations and ordinances. The Contractor shall be responsible for all required testing, licenses, permits, and fees, at no additional cost to the Owner. B. Coating Manufacturer's Qualifications: 1. 1. All protective coatings furnished under Section 09960 shall: a. Be of a manufacturer who has been regularly engaged in the manufacture of protective coatings with a minimum of 10 years of successful experience. b. Demonstrate to the satisfaction of the Engineer successful performance on comparable projects. C. Coating Applicators Qualifications: 1. The application company or entity must demonstrate with written references as required in 1.04 A. 7. and 8. a minimum of five (5) years of practical experience in the application of the specified coatings and the successful completion of a minimum of five (5) projects of similar size and complexity within the last five (5) years. This must be verified in writing by the selected coating system manufacturer. 2. For the application company's or entity's personnel: employ only those persons on the project trained in the application of the specified protective coatings. Written confirmation of this must be provided by the approved coating systems manufacturer. D. Contractor Quality Control Requirements: 1. The Contractor is responsible for ensuring that the surface preparation and coating activities meet the requirements of this specification. Inspections by the Owner, or a representative of the coating manufacturer, will not relieve or limit the Contractor's responsibilities. 2. The specified quality control tasks shall be performed by an individual who has been properly trained and has a minimum of 5 years experience. 3. Coatings application shall conform to requirements of this specification and the standards referenced in paragraph 1.03.B. Changes in the coating system installation requirements will be allowed only with the written authorization of the Owner before work commences. 4. Contaminated, outdated, diluted materials, and/or materials from previously opened containers shall not be used. 5. For repairs, the Contractor shall provide the same products, or products recommended by the coating manufacturer, as used for the original coating. 6. The Contractor shall identify the points of access for inspection by the Owner. 7. The Contractor shall provide ventilation, ingress and egress, and other means necessary for the Owners' personnel to safely access the work areas. 8. The Contractor shall conduct the work so that the coating system is installed as specified and shall inspect the work continually to ensure that the coating system is installed as specified. Coating system work that does not conform to the Specifications or is otherwise not acceptable shall be corrected in accordance with the coating manufacturer's written procedures. 9. Acceptance criteria for each Quality Control test shall be as indicated on the Coating Detail Sheets, the manufacturer's published data, or elsewhere in this specification, whichever is more stringent. Contract No. 5529 09960 - 6 High Performance Coatings Rev. 9/17/15 1.06 ILLUMINATION A. Provide the following minimum illumination during all phases of work: 1. General work area: 25-Foot Candles. 2. Surface preparation and coating application: 30-Foot Candles. 3. Inspection: 50-Foot Candles. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver all coating materials in unopened containers with manufacturer's label, which must include name, batch number, manufacturer date, shelf life, and VOC content. B. Store in an assigned area onsite with concurrence from the coating manufacturers. Maintain storage area clean and fire safe. Dispose of used rags, thinner and buckets daily. Store solvents in closed approved storage containers. 1.08 WARNINGS A. Be advised that application of paint, epoxy, and protective coating materials may be hazardous. Take all necessary precautions to ensure the safety of workers and property. B. Be advised that as a part of this work abrasive blasting is required. This may require the use of special equipment. Become familiar with the existing site conditions and take all steps necessary to protect adjacent facilities and personnel, at no additional cost to the Owner. In addition, abrasive blasting and painting is called for in, on or around mechanical equipment, which may be damaged by grit, dust, or painting overspray. Mask, wrap, enclose, and provide all protection required to safeguard this equipment at no additional cost to the Owner. C. Perform abrasive blasting activities in a manner that will not cause nuisance to operations, and adjacent public and private property and equipment. PART 2- PRODUCTS 2.01 MATERIALS A. The Coating Detail Sheets in Appendix B refer to specific manufacturers and have been provided as levels of quality as well as jurisdictional VOC compliance for the specified substrate and exposure conditions. Although not stated on the Coating Detail Sheets, the term "or approved equal" is applicable. B. Coatings used in each coating system shall be the products of a single coating manufacturer. Mixed manufacturer coating systems are prohibited. C. Alternate coating systems submitted for consideration must be of the same generic type as those specified. D. Coatings shall not contain heavy metals that exceed the regulated levels of the jurisdiction in which the coatings will be applied. E. Colors are to be factory mixed, using light-fast colorants proportioned by accurate measurement into proper type base. F. Abrasive Media: 1. Shall not be classified as a health or environmental hazard. 2. Shall be delivered to the site in sealed bag or containers. Contract No. 5529 09960 - 7 High Performance Coatings Rev. 9/17/15 • 3. Shall be kept clean and dry while stored on site. 4. Shall not be reused for abrasive blasting unless specifically manufactured for reuse and appropriate recycling equipment is utilized. 5. Shall be of an appropriate size, shape, and hardness to produce the specified surface profile(s). 2.02 COATING SYSTEMS A. System Designations and Related Requirements: 1. The following table provides a general list of the coating systems by both substrate and exposure conditions. Additional information regarding surface preparation, application, dry film thicknesses, and approved products by manufacturer is provided on the Coating Detail Sheets in Appendix B. 2. It shall be the Contractor's responsibility to ensure that there is chemical compatibility between all shop applied primers or coatings on all machinery and equipment provided for the project and any field applied coatings. Compatibility shall mean that there is no chemical reactivity or physical property of the shop or field applied coatings which will cause or promote intercoat adhesion problems or proper cure problems for the shop or field applied coatings on machinery or equipment or piping. The Contractor shall provide written confirmation by the shop and field applied coating manufacturers that compatibility has been checked and approved by those manufacturers. The rework to correct any compatibility problem between shop and field applied coatings shall be solely the responsibility of the Contractor at no additional cost to the Owner. System Identification Substrate Exposure System No. 2: Zinc-Epoxy-Urethane Metal Atmospheric Exterior Direct Sunlight Non Immersion Mildly Corrosive System No, 11: Acrylic (Latex) PVC, CPVC, and Interior or Exterior Polyethylene Pipe Non Immersion B. Coating System Detail Sheets: 1. Coating System Detail Sheets (CDS) are included in Appendix B. C. The Contractor shall provide 1 unopened gallon container of each color and type of coating and solvent/thinner applied during the course of the project to the Owner upon completion of the project. PART 3- EXECUTION 3.01 COATINGS A. General: 1. Coating application shall not proceed until the Owner has received the VOC certifications specified in paragraph 1.04.A.4, the Owner has inspected the materials, and the coating manufacturer has trained the Contractor in the surface preparation, mixing and application of each coating system. Contract No. 5529 09960 - 8 High Performance Coatings Rev. 9/17/15 B. Shop and Field Coats: 1. Shop applied prime coat: Except as otherwise specified, prime coats may be shop-applied or field-applied. Shop-applied primer shall be compatible with the specified coating system and shall be applied at the minimum dry film thickness recommended by the coating manufacturer. Product data sheets identifying the shop primer used shall be provided to the on-site coating application personnel. Adhesion tests shall be performed on the shop primer as specified in paragraph 3.01.6.3. Damaged, deteriorated, and poorly applied shop coatings that do not meet the requirements of Section 09960 shall be removed and the surfaces recoated. If the shop prime coat meets the requirements of this Section, the field coating may consist of touching up the shop prime coat and then applying the finish coats to achieve the specified film thickness and continuity. 2. Field Coats: Field coats shall consist of one or more prime coats and one or more finish coats to build up the coating to the specified dry film thickness. Unless otherwise specified, finish coats shall not be applied until other work in the area is complete and until previous coats have been inspected. 3. Adhesion Confirmation: The Contractor shall perform an adhesion test after proper cure in accordance with ASTM D3359 to demonstrate that: (1) the shop applied prime coat adheres to the substrate; and (2) the specified field coatings adhere to the shop coat. Test results showing an adhesion rating of 5A on immersed surfaces and 4A or better on other surfaces shall be considered acceptable for coatings 5 mils or more in thickness (Method A). Test results showing an adhesion rating of 5B on immersed surfaces and 46 or better on other surfaces shall be considered acceptable for coating thicknesses less than 5 mils. C. Application Location Requirements: 1. Equipment, Non-immersed: Items of equipment, or parts of equipment which are not immersed in service, shall be shop primed and then finish coated in the field after installation with the specified or acceptable color. If the shop primer requires top coating within a specified period of time, the equipment shall be finish coated in the shop and then touch-up painted after installation. If equipment removal and reinstallation is required for the project, touch-up coating work shall be performed in the field following installation. 2. Equipment, Immersed: Items of equipment, or parts and surfaces of equipment which are immersed when in service, with the exception of pumps and valves, shall have surface preparation and coating work performed in the field. Coating systems applied to immersed equipment shall be pinhole free. 3.02 PREPARATION A. General: 1. Surface preparations for each type of surface shall be in accordance with the specific requirements of each Coating System Detail Sheet (CDS) and the manufacturer's requirements. In the event of a conflict, the more stringent requirement shall take precedence. 2. Surfaces to be coated shall be clean and dry. Before applying coating or surface treatments, oil, grease, dirt, rust, loose mill scale, old weathered coatings, and other foreign substances shall be removed. Oil and grease shall be removed before mechanical cleaning is started. Where mechanical cleaning is accomplished by blast cleaning, the abrasive used shall be washed, graded and free of contaminants which might interfere with the Contract No. 5529 09960 - 9 High Performance Coatings Rev. 9/17/15 adhesion of the coatings. The air used for blast cleaning shall be sufficiently free of oil and moisture to not cause detrimental contamination of the surfaces to be coated. 3. Cleaning and coating shall be scheduled so that dust and spray from the cleaning process shall not fall on wet, newly coated surfaces. Hardware, hardware accessories, nameplates, data tags, machined surfaces, sprinkler heads, electrical fixtures, and similar uncoated items which are in contact with coated surfaces shall be removed or masked prior to surface preparation and painting operations. Following completion of coating, removed items shall be reinstalled. Equipment adjacent to walls shall be disconnected and moved to permit cleaning and painting of equipment and walls and, following painting, shall be replaced and reconnected. 4. Containment: The Contractor shall erect and maintain protective enclosures as required to ensure that surface preparation debris, including dust, is contained within the immediate work area. All costs associated with containment shall be paid by the Contractor. 5: Dust and Contaminants: Protect substrate from excessive dust and airborne contaminants during coating application and curing. Use temporary dust barriers to close off areas being painted from areas where other work is being performed. B. Abrasive Blast Cleaning: 1. When abrasive blast cleaning is required to achieve the specified surface preparation the following requirements for blast cleaning materials and equipment shall be met: a. Used or spent blast abrasive shall not be reused on this project. b. The compressed air used for blast cleaning shall be filtered and shall contain no condensed water and no oil. Moisture traps shall be cleaned at least once every 4 hours or more frequently as required to prevent moisture from entering the supply air to the abrasive blasting equipment. c. Oil separators shall be installed just downstream of compressor discharge valves and at the discharge of the blast pot discharges. These shall be checked on the same frequency as the moisture traps as defined in Item 2 above. d. Regulators, gauges, filters, and separators shall be in use on compressor air lines to blasting nozzles times during this work. e. An air dryer or desiccant filter drying unit shall be installed which dries the compressed air prior to blast pot connections. f. The air dryer shall be used and maintained for the duration of surface preparation work. g. The Contractor shall provide ventilation for airborne particulate evacuation (meeting pertinent safety standards) to optimize visibility for both blast cleaning and inspection of the substrate during surface preparation work. h. If between final surface preparation work and coating system application, contamination of prepared and cleaned metallic substrates occurs, or if the prepared substrates' appearance darkens or changes color, re-cleaning by water blasting, re-blasting and abrasive blast cleaning shall be required until the specified degree of cleanliness is reclaimed. Contract No. 5529 09960 - 10 High Performance Coatings Rev. 9/17/15 i. The Contractor is responsible for dust control and for protection of mechanical, electrical, and other equipment adjacent to and surrounding the work area. C. Solvent Cleaning: 1. Any solvent wash, solvent wipe, or cleaner used, including but not limited to those used for surface preparation in accordance with SSPC SP-1 Solvent Cleaning shall be of the emulsifying type which emits no more than 340 g/I VOCs for AIM regions, 250 g/I for CARB regions and 100 g/I for SCAQMD regions, contains no phosphates, is biodegradable, removes no zinc, and is compatible with the specified primer. 2. Clean white cloths and clean fluids shall be used in solvent cleaning. D. Ferrous Metal Substrates: 1. Ferrous surfaces shall be prepared in accordance with applicable surface preparation specifications of SSPC/NACE specified for each coating system. Specific surface preparation requirements are stated on the CDS. The profile depth of the surface to be coated shall be in accordance with the CDS requirements and shall be measured by Method C of ASTM D4417. Blast particle size shall be selected by the Contractor to produce the specified surface profile. The solvent in solvent cleaning operations shall be as recommended by the coating manufacturer. 2. Preparation of ferrous metal surfaces shall be based upon comparison with SSPC-VIS1, and as described in the CDS for each coating system. If dry abrasive blast cleaning is selected and to facilitate inspection, the Contractor shall, on the first day of cleaning operations, abrasive blast metal panels to the standards specified. Plates shall measure a minimum of 8-1/2 inches by 11 inches. Panels meeting the requirements of the specifications shall be initialed by the Contractor and the Owner and coated with a clear non- yellowing finish. One of these panels shall be prepared for each type of abrasive blasting and shall be used as the comparison standard throughout the project. 3. Blast cleaning requirements for steel and ductile-iron substrates are as follows: a. Ferrous steel piping shall be prepared in accordance with SSPC SP-6 and primed before installation. b. Ductile-iron piping surfaces including fittings shall be prepared in accordance with NAPF 500-03, NAPF 500-03-04, and NAPF 50. c. Remove traces of grit, dust, dirt, rust scale, friable material, loose corrosion products or embedded abrasive from substrate by vacuum cleaning prior to coating application. d. Care must be taken to prevent contamination of the surface after blasting from worker's fingerprints, deleterious substances on workers' clothing, or from atmospheric conditions. E. Thermoplastic Surfaces: 1. Prepare thermoplastic surfaces of polyethylene, PVC, CPVC, or FRP by sanding to establish uniform surface roughness and to remove gloss from the substrate. Vacuum clean substrate to remove loose dust, dirt, and other materials. Next, solvent clean using clean white rags and allow solvent to completely evaporate before application of coating materials. Contract No. 5529 09960 - 11 High Performance Coatings Rev. 9/17/15 3.03 APPLICATION A. Workmanship: 1. Coated surfaces shall be free from excessive runs, sags, drips, ridges, waves, laps, and brush marks. Coats shall be applied to produce an even film of uniform thickness completely coating corners and crevices. Minor and infrequent runs and sags which are within the total specified D.F.T. plus a few mils (no more than 10% more mils than the specified total D.F.T.) will be acceptable. However, frequent runs or sags which exceed these limits or otherwise will be detrimental to coating system performance shall not be accepted. 2. The Contractor's spray equipment shall be designed for application of the materials specified. Compressors shall have suitable traps and filters to remove water and oils from the air. Spray equipment shall be equipped with mechanical agitators, pressure gages, and pressure regulators, and properly sized spray tips. 3. Each coating application be applied evenly and sharply cut to line. Care shall be exercised to avoid overspray or spattering paint on surfaces not to be coated. Glass, hardware, floors, roofs, and other adjacent areas and installations shall be protected by taping, drop cloths, or other suitable measures. 4. Coating applications method shall be as recommended by the coating manufacturer. 5. Allow each coat to cure or dry thoroughly, according to the coating manufacturer's printed instructions, prior to recoating. 6. Vary color for each successive coat for coating systems when possible. 7. When coating complex steel shapes, prior to overall coating system application, stripe coat welds, edges of structural steel shapes, metal cut- outs, pits in steel surfaces, or rough surfaces with the prime coat. This involves applying a separate coat using brushes or rollers to ensure proper coverage. Stripe coat via spray application is not permitted. B. Coating Properties — Mixing and Thinning: 1. Coatings, when applied, shall provide a satisfactory film and smooth even surface. Glossy undercoats shall be lightly sanded to provide a surface suitable for the proper application and adhesion of subsequent coats. Coating materials shall be thoroughly stirred, strained, and kept at a uniform consistency during application. Coatings consisting of two or more components shall be mixed in accordance with the coating manufacturer's instructions. Where necessary to suit the conditions of the surface, temperature, weather and method of application, the coating may be thinned as recommended by the coating manufacturer immediately prior to use. The VOC of the coating as applied shall comply with prevailing air pollution control regulations. Unless otherwise specified, coatings shall not be reduced more than necessary to obtain the proper application characteristics. Thinner shall be as recommended by the coating manufacturer. 2. Mixing of partial "kits" is strictly prohibited unless authorized in writing by the coating manufacturer and the Owner. This prohibition also applies to coatings mixed for touchup or repairs. If authorized to mix partial kits, the Contractor shall utilize containers with appropriate graduated markings/calibrated weight scales. C. Environmental Conditions: Contract No. 5529 09960 - 12 High Performance Coatings Rev. 9/17/15 1. Provide adequate heat, ventilation, and dehumidification to ensure that the coating manufacturer's environmental requirements are met and to ensure no loss of production days due to failure to meet coating manufacturer's environmental requirements. 2. Provide sufficient and continuous ventilation and air movement across coated substrates to remove volatile constituents (solvent) throughout the manufacturer's published curing period. 3. Air and surface temperatures: Prepare surfaces, apply and cure coatings within air and surface temperature range recommended by coating manufacturer. 4. Relative humidity: Prepare surfaces, apply and cure coatings within relative humidity range in accordance with coating manufacturer's instructions. 5. Dew Point: Do not apply coatings unless the temperature of the dew point is 5°F or greater than the temperature of the substrate. 6. Precipitation: Do not apply coatings in rain, snow, fog, or mist. 7. Wind: Do not spray apply coatings when the wind direction and velocity are such that overspray may result in property damage. D. Protection of Coated Surfaces: 1. Items which have been coated shall not be handled, worked on, or otherwise disturbed, until the coating is completely dry and hard. After delivery at the site, and upon permanent erection or installation, shop-coated metalwork shall be recoated or retouched with specified coating when it is necessary to maintain the integrity of the film. E. Film Thickness and Continuity: 1. WFT of the first coat of the coating system and subsequent coats shall be verified by the Contractor, during application of each coat. 2. Coatings shall be applied to the minimum dry film thickness specified as indicated on the CDS. Dry film thickness shall be determined using the appropriate industry standard for the substrate (SSPC-PA 2, SSPC-PA 9, or ASTM D1400). Coatings determined to be above the maximum dry film thickness as indicated on the CDS or the coating manufacturer's product data sheet, will be removed at the Owner's discretion. 3. In testing for continuity of coating about welds, projections (such as bolts and nuts), and crevices, the Owner shall determine the minimum conductivity for smooth areas of like coating where the dry mil thickness has been accepted. This conductivity shall be the minimum required for these rough or irregular areas. Pinholes and holidays shall be recoated to the required coverage. 4. The ability to obtain specified film thickness is generally compromised when brush or roller application methods are used and, therefore, more coats may be needed to be applied to achieve the specified dry film thickness. 5. For concrete substrates, the Contractor shall apply a complete skim coat of the specified filler-surfacer material over the entire substrate prior to application of the coating system. This material shall be applied such that all open air voids and "bug holes" in the concrete substrate are completely filled prior to coating application. F. Soluble Salt Contamination of Metal Substrates: 1. Contractor shall test in accordance with SSPC Guide 15 metal substrates to be coated that have been exposed to sea water or coastal air or to industrial fallout of particulate or other sources of soluble chlorides (such as waste water exposure). If testing indicates chloride levels in excess of 25 ppm exist Contract No. 5529 09960 - 13 High Performance Coatings Rev. 9/17/15 after the surface preparation has been completed, the Contractor shall re- clean and prepare these surfaces until chloride levels are below 25 ppm. 3.04 INSPECTION AND TESTING BY AN INDEPENDENT THIRD PARTY A. The Owner reserves the right to engage the services of an independent third party to provide quality control inspection. Third party inspection is in addition to any inspection required to be performed by the Contractor and does not limit the Contractor's responsibility for quality workmanship or quality control as specified. B. Third party inspection will be performed in a manner which limits interference / inhibits the Contractor's operations. Whenever feasible, the third party inspections will be performed concurrently with the Contractor's required inspections. C. Testing Discrepancies: In the event that discrepancies occur relative to test methods or test results, the findings of the Independent Third Party shall be final. The Contractor shall not be entitled to additional monies for rework/additional work necessary to satisfy the requirements of the specification as a result of the Independent Third Parties findings. 3.05 FINAL INSPECTION A. Contractor shall conduct a final inspection to determine whether coating system work meets the requirements of the Specifications. B. The Owner will subsequently conduct a final inspection with the Contractor to determine the work is in conformance with requirements of the contract documents. C. Any rework required shall be marked. Such areas shall be re-cleaned and repaired as specified at no additional cost to the Owner. 3.06 CLEANUP A. Upon completion of the work, the Contractor shall remove and dispose of surplus materials, protective coverings, spent abrasive, and accumulated rubbish. B. All surfaces shall be thoroughly cleaned and any damage resulting from surface preparation or coating application shall be repaired. END OF SECTION Contract No. 5529 09960 - 14 High Performance Coatings Rev. 9/17/15 Section 09960 APPENDIX A STANDARDS AND REFERENCES AND MANDATORY QUALITY CONTROL TESTING I. STANDARDS AND REFERENCES A. American National Standards Institute (ANSI): 1. ANSI/NSF 61 Drinking Water System Components B. ASTM International (ASTM): 1 ASTM D16-11a Standard Terminology for Paint, Related Coatings, Materials and Applications 2. ASTM 03960 Standard Practice for Determining Volatile Organic Compound (VOC) Content of Paints and Related Coatings 3. ASTM D4262 Standard Test Method for pH of Chemically Cleaned or Etched Concrete Surfaces 4. ASTM D4263 Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method 5. ASTM 04414 Standard Practice for Measurement of Wet Film Thickness by Notch Gages 6. ASTM 04417 Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel 7. ASTM 04541 Standard Test Methods for Pull-Off Strength of Coatings on Metal Substrates Using Portable Adhesion Testers 8. ASTM 04787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates 9. ASTM 05162 Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates 10. ASTM 07234 Standard Test Method for Pull-Off Adhesion Strength of Coatings on Concrete Using Portable Adhesion Testers 11. ASTM E337 Standard Test Method for Measuring Humidity With a Psychrometer 12. ASTM F1869 Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride C. Federal: 1. FS 595b: Federal Standard Colors International Concrete Repair Institute (ICRI): 1. ICRI 310.2 Guideline for Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays National Association of Corrosion Engineers International (NACE): 1. NACE Standard SP0188 Standard Recommended Practice — Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates 2. NACE Standard RP0288 Standard Recommended Practice, Inspection of Linings on Steel and Concrete Appendix A 09960 — A-16 Job No. 1287110.02 Standards and References and Rev. 06/22/15 Mandatory Quality Control Testing 3. NACE Standard SP0892 Standard Recommended Practice, Linings Over Concrete in Immersion Service 4. NAGE Publication TPC2 Coatings and Linings for Immersion Service F. National Association of Pipe Fabricators (NAPF): 1. NAPF 500-03 Surface Preparation Standard for Ductile Iron Pipe and Fittings in Exposed Locations Receiving Special External Coatings and/or Special Internal Linings G. Occupational Safety and Health Administration (OSHA): 1. OSHA Title 29, Part 1926 Safety and Health Standards for Construction H. Society for Protective Coatings (SSPC) (1): 1 SSPC-PA COM Paint Application Specifications and Guides (Commentary) 2. SSPC-AB 1 Mineral and Slag Abrasives 3. SSPC-PA 1 Shop, Field, and Maintenance Painting of Steel 4. SSPC-PA 2, Level 3 Measurement of Dry Coating Thickness with Magnetic Gages Measurement of Dry Coating Thickness on Cementitious Substrates Using Ultrasonic Gages Guide for Containing Debris Generated During Paint Removal Operations Guide to the Disposal of Lead-Contaminated Surface Preparation Debris A Guide to Safety and Health Requirements for Industrial Painting Projects Protecting Edges, Crevices, and Irregular Steel Surfaces by Stripe Coating Guide for Illumination of Industrial Painting Projects Field Methods for Retrieval and Analysis of Soluble Salts on Steel and other Non Porous Substrates Procedure for Determining Conformance to Steel Profile/Surface Roughness/Peak Count Requirements Guide to Selecting Coatings for Use Over Galvanized Steel Substrates 14. Solvent Cleaning 15. Hand Tool Cleaning 16. Power Tool Cleaning 17. White Metal Blast Cleaning 18. Commercial Blast Cleaning 19. Brush-Off Blast Cleaning 20. Near-White Blast Cleaning 21. Power Tool Cleaning to Bare Metal 22. Surface Preparation of Concrete 23. Industrial Blast Cleaning 24. Commercial Grade Power Tool Cleaning Job No. 1287110.02 09960— A-17 Appendix A Rev. 06/22/15 Standards and References and Mandatory Quality Control Testing 5. SSPC-PA 9 6. SSPC Technology Guide 6 7. SSPC Technology Guide 7 8. SSPC-PA Guide 10 9. SSPC-PA Guide 11 10. SSPC Technology Guide 12 11. SSPC-PA Guide 15 12. SSPC-PA Guide 17 13. SSPC-PA Guide 19 SSPC SP1 SSPC SP2 SSPC SP3 SSPC SP5 SSPC SP6 SSPC SP7 SSPC SP10 SSPC SP11 SSPC SP 13 SSPC SP 14 SSPC SP 15 25. SSPC SP 16 Brush-Off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non-Ferrous Metals 26. SSPC-TR 2/NACE 6G198 Wet Abrasive Blast Cleaning 27. SSPC-TR3/NACE 6A192 Dehumidification and Temperature Control During Surface Preparation, Application, and Curing for Coatings/Linings of Steel Tanks, Vessels, and Other Enclosed Spaces 28. SSPC-TU-3 Overcoating 29. SSPC-VIS 1 Visual Standard for Abrasive Blast Cleaned Steel 30. SSPC-VIS 3 Visual Standard for Power and Hand — Tool Cleaned Steel 31. SSPC-VIS 4 Visual Standards (VVaterjetting) 32. SSPC-VIS 5 Visual Standards (Wet Abrasive Blast Cleaning) 33. SSPC-WJ 1,2,3,4 Water Jetting Surface preparation Standards Reference Standard N/A II. MANDATORY QUALITY CONTROL TESTS Test Requirement Measure and Record Ambient and Surface Temperatures Measure and Record Relative Humidity and ASTM D 337 Dew Point Interval / Frequency During coating application and initial cure. Every 3 hours. During coating application and initial cure. Every 3 hours, Measurement of Surface Profile (metal substrates) SSPC AB-1 SSPC AB-2 ASTM D 4940 ASTM D 4285 SSPC Technology Guide 15 ASTM D 4262 (use 6.1 and 6.2 for metal) ASTM D 4417 Each day abrasive blasting is performed. Immediately prior to start of abrasive blasting. Each day compressed air is utilized for abrasive blasting, paint application, or to remove surface contamination; immediately prior to any of the indicated operations. Each day coating application is performed; immediately prior to coating application. Each day coating application is performed; immediately prior to coating application. Each day surface preparation is performed. Upon completion of shift or task. Each day coating application is performed. Immediately prior to coating application. Abrasive Cleanliness Compressed Air Cleanliness Levels of Soluble Salt Contamination (steel and other nonporous substrates) Surface pH (concrete or metal) Measure and Record Material Temperatures N/A (all components) Appendix A 09960— A-18 Job No. 1287110.02 Standards and References and Rev. 06/22/15 Mandatory Quality Control Testing Test Requirement Reference Standard Interval / Frequency Wet Film Thickness ASTM D 4414 Each day coating application is performed. Hourly during coating application. Dry Film Thickness SSPC-PA 2 (ferrous metal/magnetic substrates) After coating has properly cured. After each layer (component) of the specified coating system. Adhesion Testing (metal substrates) ASTM D 4541 After coating system has properly cured. Number of tests proportionate to surface area. Contract No. 5529 09960 —A-19 Appendix A Rev. 9/17/15 Standards and References and Mandatory Quality Control Testing Section 09960 APPENDIX B — COATING DETAIL SHEETS HIGH PERFORMANCE COATINGS Coating Detail Sheet: Coating Material: Surface: Service Condition: Surface Preparation: General: Ferrous Metal: Galvanized Metal: Appendix B System No. 2 Zinc-Epoxy-Polyurethane System Metal Exterior, exposed to direct sunlight, mildly corrosive, non- immersed. Shop primed surfaces which are to be incorporated in the work shall be prepared in the field by cleaning surfaces in accordance with SSPC SP-2 (Hand Tool Cleaning). Damaged shop coated areas shall be cleaned in accordance with SSPC SP-3 (Power Tool Cleaning) and recoated with the primer specified. For System No. 2 over factory coated or shop primed pumps, tanks, or other equipment, delete the zinc rich primer and use a compatible primer as recommended by the coating manufacturer. Bare ferrous metal surfaces shall be prepared in accordance with SSPC SP-6 (Commercial Blast Cleaning) 2.5 — 3.0. Ductile iron surfaces to be coated shall be abrasive blast cleaned in accordance with Section 09900, paragraph 3.02.D. Ferrous metal with rust bleeding shall be cleaned in accordance with SSPC SP-11 (Power Tool Cleaning to Bare Metal). Areas of rust penetration shall be spot blasted to SSPC SP-10 (Near White Blast) and spot primed with the specified primer. Damaged galvanized steel areas with exposed ferrous metal and/or rusted shall be cleaned in accordance with SSPC SP-5 (White Metal Blast Cleaning) or Power Tool Cleaned to Bare Metal in accordance with SSPC SP-11 to achieve a uniform 1.0 to 1.5 mil profile and spot primed with the primer specified. Nonferrous and galvanized metal shall be prepared in accordance with SSPC SP-16 to impart a 1.0 to 2.0 mil profile to the galvanized steel surfaces. Where this cannot be performed, prepare by abrading in accordance with 09960 — B-20 Contract No. 5529 High Performance Coatings Rev. 9/17/15 Coating Detail Sheet: System No. 2 SSPC SP-3, Power Tool Cleaning to impart a 1.0 to 1.5 mil profile uniformly to the galvanized steel surfaces. For System No. 2 over galvanized steel, delete the zinc rich primer. Application: Field General: Prime coat may be thinned and applied as recommended by the coating system manufacturer, provided the coating as applied complies with prevailing air pollution control regulations. Ferrous Metal: Prime coats shall be a zinc rich epoxy or polyurethane primer compatible for use with urethane finish coats and applied in accordance with written instructions of the coating manufacturer or in the case of CARB or SCAQMD applications, prime with specified primer that is not zinc rich. In these cases, only a two-coat system is applied. System Thickness: Minimum of; 3 to 4 mils of zinc rich primer, one intermediate or primer epoxy coat at 5 to 6 mils and one finish coat of polyurethane at 2 to 3 mils DFT. Coatings: Primer: Intermediate: Finish One coat at the coating manufacturer's recommended dry film thickness per coat to meet the specified minimum thickness. One coat at the coating manufacturer's recommended dry film thickness per coat to meet the specified minimum thickness. One coat at the coating manufacturer's recommended dry film thickness per coat to meet the specified minimum thickness. First / Prime Coat(s) Intermediate Coat(s) Approved Manufacturers: 1. All of U.S. except California: System Manufacturer PPG Carboline International Paint Sherwin Williams Tnemec Amercoat 68HS Carbozinc 859 Cathacoat 313 Zinc Clad IV Series 90-97 Amercoat 385 Carboguard 890 Devran 223 or Devran 224 HS Macroponr 646 Series V69 Finish Coat(s) Amercoat 450H Carbothane 134 Devthane 379 Hi Solids Polyurethane Series 1075 Job No. 1287110.02 09960 — A-21 Appendix A Rev. 06/22/15 Standards and References and Mandatory Quality Control Testing 2. All of California (California Air Resources Board) except SCAQMD: System Manufacturer First! Prime Coat(s) PPG Amercoat 68HS Carboline 859 VOC Sherwin Williams Zinc Clad Ill HS Primer Tnemec Series 94 H20 lnthrrnediate Coat(s) Amerlock 400 VOC Carboguard 890 VOC Macropoxy 646 100 Series V69 Finish Coat(s) Amershield VOC Carbothane 134MC Hi Solids Polyurethane 100 Series 1075 3. South Coast Air Quality Management District: System Manufacturer First / Prime Coat(s) Intermediate Coat(s) Finish Coat(s) PPG Amercoat 68HS Amerlock 400 VOC Amershield VOC Carboline 859 VOC Carbogard 890 VOC Carbothane 134MC Sherwin Williams Zinc Clad Ill Macropoxy 646 100 Hi Solids HS Primer Polyurethane 100 Tnemec Series 94 H20 Series V69 Series 1075 See Product Data Sheet for applicable thinners for VOC compliance or do not thin. END OF SYSTEM NO. 2 Appendix B 09960 — B-22 Job No. 1287110.02 High Performance Coatings Rev. 06/22/15 Coating Detail Sheet: Coating Material: Surface: Service Condition: Surface Preparation: System No. 11 Acrylic (Latex) PVC and CPVC pipe. Exterior, direct sunlight exposure. Plastic pipe shall be cleaned with solvent compatible with the specified primer and sanded to uniformly roughen surfaces to achieve a uniform surface profile of 1.0 to 1.5 mils. Vacuum clean after sanding to remove all loose dust, plastic particles, and dirt. Field Minimum 3 mils dry film. One coat at the coating manufacturer's recommended dry film thickness. One or more coats at the coating manufacturer's recommended dry film thickness per coat to the specified system thickness and to ensure adequate / uniform coverage of the substrate. Application: System Thickness: Coatings: Primer: Finish: Approved Manufacturers: 1. All of U.S. except California: System Manufacturer PPG First! Prime Coat(s) Amercoat 220 Finish Coat(s) Amercoat 220 Carboline International Sherwin Williams Tnemec Carbocrylic 120 Prep and Prime Gripper Sher Cryl HPA Series 1028 or 1029 Carbocrylic 3359 Ultrahide 250-1406 Sher Cryl HPA Series 1028 or 1029 2. All of California (California Air Resources Board) except SCAQMD: System Manufacturer First / Prime Coat(s) Finish Coat(s) PPG Amercoat 220 Amercoat 220 Carboline Sanitile 120 Carbocrylic 3359 DTM International UH Gripper 3210 Dulux Pro 4206 Sherwin Williams Sher Cryl Sher Cryl Tnemec Series 1028 or 1029 Series 1028 or 1029 Job No. 1287110.02 09960 — B-23 Appendix B Rev. 06/22/15 High Performance Coatings 3. South Coast Air Quality Management District: System Manufacturer Carboline International Sherwin Williams Tnemec First / Prime Coat(s) Sanitile 120 Prep and Prime 9116 Procryl Primer Series 1028 or 1029 Finish Coat(s) Carbocrylic 3359 DTM MC UHDurus 2416 Metalatex Series 1028 or 1029 END OF SYSTEM NO. 11 Appendix B 09960 — B-24 Job No. 1287110.02 High Performance Coatings Rev. 06/22/15 SECTION 10400 IDENTIFYING DEVICES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Signs, decals, tags, and pipe markers. B. Related Sections: 1. Section 02705 Paving and Resurfacing 1.02 REFERENCES A. American National Standard Specifications, ANSI A13.1, "Scheme for the Identification of Piping Systems." B National Fire Protection Association (NFPA) No. 704, Standard System for the Identification of the Hazards of Materials for Emergency Response. 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Product Data: Fully describe all items proposed for use. C. Shop Drawings: Scaled drawings or photostats of custom-made signs, showing style and size of lettering and colors. D. Samples: Manufacturer's standard color palette for selection. 1.04 QUALITY ASSURANCE A. Regulatory Requirements: Comply with the following: 1. Americans with Disabilities Act (ADA). 2. California Building Code, CCR T-24, especially Chapters 11A, 11C and 11D. 3. California Code of Regulations, CCR Title 8, CAL/OSHA. 4. Federal Occupational Safety and Health Act (OSHA): Referenced sections, specifications for accident prevention signs and tags and exit signs. 5. Porcelain Enamel Institute Sign Division of the PEI:S-103, recommended standards for porcelain enamel signs. B. Comply with the manufacturer's published recommendation for installation of materials used. PART 2- PRODUCTS 2.01 SIGNS Contract No. 5529 10400 - 1 Identifying Devices Rev. 9/17/15 A. Caution Signs: 1. Size: 14 inches wide by 10 inches high 2. Material: Porcelain Enamel, 18-gauge 3. Text, format, and color: a. Conforming to OSHA 1910.145(d)(4), Specifications for Caution Signs. b. Text as scheduled below. 4. Provide eyelet holes at each corner for mounting. 5. Schedule of signs required: Quantity Text 1 CAUTION THIS EQUIPMENT STARTS AUTOMATICALLY 1 CAUTION EAR PROTECTION AREA 1 CAUTION NO SMOKING B. Danger Signs: 1. Size: 14 inches wide by 10 inches high, unless otherwise scheduled. 2. Material: Porcelain Enamel, 18-gauge. 3. Text, format, and color: a. Conforming to OSHA 1910.145(d)(2), Specifications for Danger Signs. b. Text as scheduled below. 4. Provide eyelet holes at each corner for mounting. 5. Schedule of signs required: Quantity I Text 1 DANGER FLAMMABLE LIQUIDS 1 DANGER HIGH VOLTAGE C. NFPA Fire Hazards of Materials Signs: 1. Seton Nameplate Company; W.H. Brady Company; or equal. 2. Sign characteristics: 4-color background, blue, red, yellow, white; diamond shape; 7-1/2 inches by 7-1/2 inches; 3-inch-high black hazard numerals scheduled below; conform to NFPA No. 704, Standard System for the Identification of the Hazards of Materials for Emergency Response. 3. Material: Semi-rigid plastic with adhesive back. 4. Where mounted to concrete or other porous materials provide 3/4-inch-thick AB Marine grade Douglas Fir plywood backing, sealed edges, painted. Eyelet holes at corners for mounting. Contract No. 5529 10400 - 2 Identifying Devices Rev. 9/17/15 5. Schedule of signs required: Quantity Hazardous Material Blue (Health) Red (Fire) Yellow (Reactivity) White (Specific Hazard) 1 Diesel Fuel Oil 0 1 0 -- 2.02 TAGS A. Accident Prevention Tags: 1. Seton Nameplate Company; W.H. Brady Company; or equal. 2. Size: Approximately 3 inches by 6 inches. 3. Material: Write-on matte finish plastic laminate, metal reinforced eyelet. Provide nylon or wire-tie fasteners. 4. Conform to OSHA 1910.145(F), Specifications for Accident Prevention Tags. 5. Text as scheduled below: Quantity Text 3 DANGER — DO NOT DRINK WATER 1 DANGER-DO NOT START 2 EMPTY (red colored tag) 2 FULL (green colored tag) 2 CAUTION - IN USE (yellow colored tag) 2 DANGER - DO NOT OPERATE 2.03 PIPE MARKERS A. Seton Nameplate Company; SetMark, W.H. Brady Company; Piper Marker System 1; or equal. B. Pipe Markers conforming to ANSI A13.1. See paragraph 3.03 for required locations. C. Material: Acrylic plastic snap-around type or pressure sensitive vinyl, temperature tolerance range of -40°F to 250°F, non-fade, colored fields, lengths as shown below. D. Text: Non-fade ink, lettering size, as shown below: Outside Diameter of Pipe (Inches) Length of Color Field (Inches) Size of Letters (Inches) 3/4 to 1-1/4 8 1/2 1-1/2 to 2 8 3/4 Contract No. 5529 10400 - 3 Identifying Devices Rev. 9/17/15 2-1/2 to 6 12 1-1/4 8 to 10 24 2-1/2 Over 10 36 3-1/2 E. Provide directional arrows to indicate flow direction. See paragraph 3.03. F. Pipe Marker Schedule: Text Field Color Letter Color Sanitary Sewer Pump Suction Yellow Black Sanitary Sewer Pump Discharge Red Black Vent Green White PART 3- EXECUTION 3.01 SIGN INSTALLATION A. Install signs where directed by the Engineer. B. Install signs after painting surfaces to receive signs. Follow manufacturer's written installation instructions. C. Use fasteners as follows: 1. To concrete and masonry materials: 4-1/4-inches diameter expansion anchors. 2. To sheet metal (gauges 28 to 6) #10 sheet metal screws. 3. To gypsum board: Adhesive backing tape. 4. To chain link fencing: Wire ties at each corner. 5. To machinery: Fasteners as suitable. D. Set sign posts in concrete. 3.02 TAGS A. Do Not Drink Water Tags: Tie to connection of non-potable water valves above ground as directed by Engineer. B. All Other Tags: Deliver to the Owner in properly identified boxes or envelopes. 3.03 PIPE MARKERS A. Pipe Markers shall be applied where piping enters or leaves the ground or wall of vault, adjacent to pump or other hydraulic containments, at each valve, at each piping change in direction, and shall be applied along piping runs not exceeding 16 feet on center. B. Directional Arrows: Point in the direction of flow. Contract No. 5529 10400 - 4 Identifying Devices Rev. 9/17/15 C. Locate pipe markers for easy reading. Where pipes are located above normal line of vision, the lettering and directional arrows shall be placed below the horizontal centerline of the pipe. Where pipes are below normal line of vision, lettering and directional arrows shall be above the horizontal centerline of the pipe. END OF SECTION Contract No. 5529 10400 - 5 Identifying Devices Rev. 9/17/15 SECTION 11001 GENERAL EQUIPMENT AND MECHANICAL REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: The general requirements for all of the Equipment and Mechanical work in the scope of the Project, included in Divisions 11, 13, and 15, and elsewhere wherever specifically mentioned in these Specifications. B. Related Sections: 1. Section 01190: Seismic Requirements 2. Section 01300: Submittals 3. Section 01650: Facility Startup 4. Section 11304: Engine Drive Suction Lift Wastewater Pumps 5. Section 13215: Underground Tanks C. Direct the attention of all subcontractors and suppliers of equipment and related appurtenances for the work to the applicable provisions in the Contract Documents wherever they may occur. 1.02 REFERENCES A. American Gear Manufacturers Association (AG MA). B. American Institute of Steel Construction (AISC). C. California Code of Regulations, Title 8 Industrial Relations (CAL/OSHA). D. Hydraulic Institute. E. National Electrical Manufacturers Association (NEMA). F. Occupational Safety and Health Act (OSHA) 1.03 STANDARDS FOR THE WORK A. Complete Systems: Provide pipe, fittings, wiring and supports to produce complete, operable systems with all elements properly interconnected. If a specific dimensioned location is not shown for interconnections or smaller system elements, select appropriate locations and show them on Shop Drawing submittals for review. B. Provide equipment and material new and without imperfections. Erect in a neat and workmanlike manner; aligned, leveled, cleaned and adjusted for satisfactory operation; installed in accordance with the recommendations of the manufacturers and the best standard practices for this type of work so that connecting and disconnecting of piping and accessories can be readily made and so that all parts are easily accessible for inspection, operation, maintenance and repair. Locate oil Contract No. 5529 11001 - 1 General Equipment And Rev. 9/17/15 Mechanical Requirements and lubrication fittings clear of and away from guards, base, and equipment and within reach from the operating floor. Coordinate location of all engine connections in order to properly orient encased electrical conduits. In order to meet these requirements with equipment as furnished, minor deviation from the Drawings may be made as favorably reviewed by the Engineer. C. The recommendations and instructions of the manufacturers of products used in the work are hereby made part of these Specifications, except as they may be superseded by other requirements of these Specifications. 1.04 SUBMITTALS A. Submit in accordance with Section 01300. B. Shop Drawings: Submit Shop Drawings to the Engineer and receive favorable review prior to fabrication, construction or delivery to the project site in accordance with Section 01300 of these Specifications. Show sizes and arrangement of equipment, foundations and anchor bolts required, performance characteristics, pump curves, control diagrams, wiring diagrams, engine data sheets, methods of assembly, pipe hanging details, and connections to other work. Date and sign drawings as certified for use in construction of this project. The arrangement of mechanical equipment and appurtenant piping shown on the Drawings may be varied as necessary to fit the favorably reviewed certified manufacturer's installation drawings. However, manufacturers' drawings shall not deviate in substance from the Contract Drawings and Specifications as to location, size, type and design of equipment. The following minimum requirements shall accompany all equipment submissions: 1. Overall dimensions. 2. Mounting arrangement and dimensions. 3. Description of materials. 4. Connection sizes and orientation. 5. Capacity and location of lifting eyes. 6. Engine arrangement showing location of electrical connections. 7. Rating data - Mechanical and Electrical as applicable. 8. Detail electrical wiring diagrams, showing component designation and rating. 9. Seismic design certifications and anchorage descriptions as required by Section 01190. 10. Engine data. 11. List of special tools and/or spare parts to be furnished, if any. C. Each piece of equipment, for which certified witnessed or non-witnessed performance tests are required, shall be accompanied by a completed form containing at least the following information: 1. Owner's name and location of project. 2. Contractor's name and subcontractor if applicable. 3. Name of item being submitted. 4. Specification reference by section, paragraph and page. 5. Data on item (manufacturer, general descriptive data, dimensions, size of connections, speeds, performance curves, serial number). A specific list of the test results plus a list, which shows the values that differ from Specifications. Contract No. 5529 11001 - 2 General Equipment And Rev. 9/17/15 Mechanical Requirements 6. Engine data, type, electrical information: voltage, frequency, phase and full load amperes, starting method, frame size, enclosure insulation type (NEMA Code letter), dimensions, service factor, serial number. 7. Date and signature of person certifying the performance. D. Instruction Manuals: Prepare and submit instruction manuals covering installation, operation and maintenance of all equipment and machinery specified in Divisions 11, 13, and 15. Refer to Section 01300, paragraph 1.08. E. Manufacturers' Affidavits: Where called for in the Specifications, each equipment manufacturer, or his authorized representative, shall submit an affidavit conforming to the requirements of Section 01650, paragraph 1.04. 1.05 RESPONSIBILITY AND CARE OF EQUIPMENT A. The Contractor shall be responsible for the equipment included in this Contract until it has been finally inspected, tested and accepted in accordance with the requirements of these Specifications. B. The Contractor shall make his own provisions for properly storing and protecting all material and equipment against theft, injury or damage from any and all causes. Damaged material and equipment shall not be used in the work. PART 2 - PRODUCTS 2.01 DESIGN A. General: Design all equipment for the service intended, of rugged construction, of ample strength for all stresses which may occur during fabrication, transportation, erection and during continuous or intermittent operation. Adequately stay, brace and anchor, and install equipment in a neat and workmanlike manner. Give consideration to appearance and safety, as well as utility, in the design of details. Use cathodically compatible materials of construction. B. Seismic: Refer to Section 01190 of the Specifications for the seismic design criteria. C. Controls: Unless noted otherwise, the design of the electric control of any equipment system and/or equipment package shall be the responsibility of the manufacturer of the equipment system and/or equipment package. The elementary control diagrams as shown on the Electrical Drawings and the diagrams shown on the Instrumentation Drawings are illustrative of control and monitoring requirements pertaining to various equipment of this project. The manufacturers shall design their own functional electric control devices and circuitry, in consultation with the specific elementary control diagrams and other project specifications, to meet the equipment control requirements. All such systems and package controls shall be furnished by the equipment manufacturer, except that controls shown in engine control centers and process controllers, remote control devices, and their interconnecting wiring shall be provided under Divisions 16 and 17. Contract No. 5529 11001 -3 General Equipment And Rev. 9/17/15 Mechanical Requirements 2.02 MATERIALS AND STANDARD SPECIFICATIONS A. Materials: Design, fabricate and assemble equipment and systems with new materials and in accordance with acceptable modern engineering and shop practices. Manufacture individual parts to standard sizes and gauges so repair parts can be installed in the field. B. Uniformity: Unless otherwise specified, equipment or material of the same type or classification used for the same purpose shall be the product of the same manufacturer and shall be the same model. 2.03 LUBRICATION A. Provide lubricants of types recommended by equipment manufacturers, in quantities sufficient for consumption prior to completion, testing and final acceptance. 2.05 SAFETY GUARDS A. Cover belt or chain drives, fan blades, couplings, nip points, exposed shafts and other moving or rotating parts on all sides with safety guards conforming to all Federal, State, and local codes and regulations pertaining; conform to the most restrictive requirement. Design guards for easy installation and removal, complete with necessary supports, accessories, and fasteners, all hot-dip galvanized. Design guards in outdoor locations to prevent entrance of rain and dripping water. Provide tachometer test opening in line with ends of shafts. Typically guards shall be expanded metal on a structural steel frame except that outdoor guards may be of solid material. Provide hinged doors with latch for service and lubrication access. B. Cover all pipes, manifolds, heaters, and other surfaces which have a surface temperature sufficient to burn human tissue with a thermal insulating material or otherwise guard against contact. C. Guards to comply with [CAL/OSHA 3940 through 3944]. 2.06 LIFTING EYES A. Supply all equipment weighing over 100 pounds with lifting eyes. Parts of equipment assemblies which are normally serviced separately, such as motors, to have lifting eyes of their own. 2.07 DRIVES A. General: Provide all drive units with a AGMA rating and service factor suitable for 24 hours per day operation under the operating load. B. V-Belt Drives: Equip each V-belt drive with suitable tension adjustment. Provide drives having a service factor of at least 1.6 with arc length correction at maximum torque using nameplate rating of driving motor. Contract No. 5529 11001 - 4 General Equipment And Rev. 9/17/15 Mechanical Requirements 2.09 NAMEPLATES A. Manufacturer's Nameplate: Furnish each piece of equipment and its driver with a corrosion-resistant metal nameplate fastened to the item in a readily readable position. This nameplate to contain the manufacturer's name, equipment rating, capacity, size, model, serial number and speed. All information written or printed to be in English. This is in addition to the signs, tags and labels noted in Section 10400. B. Direction of Rotation: Furnish each piece of rotating equipment with a direction of rotation arrow. C. Functional Identification: Label each piece of equipment using a plastic laminate label with the functional name and number of the equipment. 1. Fasten labels to the equipment, its base or other acceptable location: a. Letters: At least 1/2-inch high with the border trim on all sides not less than 1/4-inch. b. Color: Green background with white letters. c. Fasteners: Brass or stainless steel screwed into inserts, anchor shields or tapped holes in equipment or base. 2.10 PROTECTION AGAINST ELECTROLYSIS A. Where dissimilar metals are used in conjunction with each other, provide suitable insulation between adjacent surfaces so as to eliminate direct contact and any resultant electrolysis. Connections of dissimilar piping materials shall utilize dielectric unions, flanges, couplings or bushings. 2.11 SPECIAL TOOLS A. For each type of equipment to be furnished, provide a complete set of all special tools (including grease guns or other lubricating devices) which may be necessary for the adjustment, operation and maintenance of such equipment. 2.12 FINISHES A. Factory Painting: On pumps, engines, drives, starters, control panels and other similar self-contained or enclosed components, apply a factory protective paint system unless otherwise noted. Paint or otherwise protect surfaces that are inaccessible after assembly by a method which provides protection for the life of the equipment. B. Shop Priming: Except where field sandblasting is required, apply one or more shop coats of metal primer on surfaces to be finish painted at the site, of sufficient thickness to protect surfaces until finished. Primer shall be compatible with finish coat. C. Rust Preventive: Coat machined, polished, other ferrous surfaces, and non-ferrous surfaces which are not to be painted with rust preventive compound. Contract No. 5529 11001 - 5 General Equipment And Rev. 9/17/15 Mechanical Requirements 2.13 NOISE AND VIBRATION A. Mechanical and electrical equipment, as installed in this project, shall not create sound levels that are in excess of that permitted by CAL/OSHA for 8 hours per day worker exposure unless otherwise noted for the specific piece of equipment involved. If the required sound level cannot be achieved by bare equipment in its designated environment, provide sound attenuating enclosures. Sound attenuating enclosures shall have necessary ventilation to prevent equipment overheating and shall be constructed for easy removal to permit maintenance. Devices necessary for day-to-day operation shall pierce the enclosure or otherwise be accessible without need to remove the enclosure. B. Equipment which when operating has obvious excessive vibrations shall be repaired or replaced as directed by the Engineer. Baseline vibration measurements shall be made where specified. 2.14 FACTORY TESTS A. Perform factory tests for each piece of equipment where specifically called for in the section specifying that equipment. Note that factory tests are inherent in many reference standards. The requirement for a factory test in a referenced standard is hereby made a part of these Specifications. Conduct factory tests at the same speeds and other conditions at which the equipment will operate in the field, except as noted. B. Where specifically noted, performance tests may be witnessed by the Engineer or his representative. Inform the Engineer in sufficient time to allow arrangements to be made for witness of such tests. When non-witnessed tests are performed, supply certified results. C. Perform factory testing of pumps in accordance with the requirements and standards of the Hydraulic Institute. D. Tests of other equipment shall conform to the requirements set forth in these Specifications. PART 3- EXECUTION 3.01 EXAMINATION A. Inspect each item of equipment for damage, defects, completeness, and correct operation before installing. 3.02 PREPARATION A. Prior to installing equipment, ensure that the areas are clean. Maintain the areas in a broom-clean condition during installation operations. Clean, condition, and service equipment in accordance with the approved Instruction Manuals and specific recommendations of the equipment manufacturer. Contract No. 5529 11001 -6 General Equipment And Rev. 9/17/15 Mechanical Requirements 3.03 INSTALLATION A. Equipment: Conform to approved Instruction Manuals. Employ skilled craftsmen experienced in installation of the types of equipment specified. Use specialized tools and equipment, such as precision machinist levels, dial indicators, gauges, and micrometers, as applicable. Produce acceptable installations free of vibration or other defects. Align and pin to common bedplate equipment and drivers connected by flexible couplings. 3.04 EQUIPMENT STARTUP AND ADJUSTMENT A. Conform to Section 01650. B. Arrange for an authorized factory-trained representative of the company or companies supplying the various items of equipment to check the installation and adjust and test the equipment furnished before the acceptance of the work by the Owner. Said representative shall be experienced and knowledgeable of the equipment being tested. Furthermore, he shall assist and instruct the operating staff in adjusting and operating the equipment during the initial plant operation period. 1. Provide initial lubrication for all equipment. 2. Test and demonstrate to the Owner's representative that all equipment operates properly and specified performance has been attained. For pumps, include measurement of suction and discharge pressure at the pump and measurement of pumping rate by volumetric means or through a suitably calibrated meter for two points on the performance curve. For adjustable- speed pumps, conduct tests at a minimum of two speeds. Furnish any test equipment or measuring devices required which are not part of the permanent installation. 3. In addition, demonstrate that the entire automatic bypass pump system is in full operating condition prior to the acceptance of the work. Should any equipment or part thereof fail to operate as intended, immediately remove and replace it, all at the Contractor's expense. Pay for all tests involved in this Section. 4. Pressure test equipment and connections thereto as required by these Specifications. 3.05 PERFORMANCE TESTS A. Upon completion of the work, and after all systems are set and balanced, conduct performance tests in accordance with Division 1 and other applicable sections of these Specifications. Submit test conditions, test data and results to the Engineer for review. 3.06 SOUND LEVEL TESTING A. Measure the sound level developed by all mechanical and electrical equipment provided. Perform testing of such equipment during the final operation test program with all equipment operating. Use OSHA approved instrument and record the highest sound level developed when measured according to OSHA standards. Deliver a copy of records to the Owner. Contract No. 5529 11001 -7 General Equipment And Rev. 9/17/15 Mechanical Requirements 3.07 TOOLS, LOOSE PARTS, AND LUBRICANTS A. Tools and Loose Parts Supplied: Provide an inventory of tools and loose parts required to be supplied under the project. Turn over inventory and parts to the Owner. The Owner's written acknowledgment of receipt is required for project completion. Loose parts are defined as items such as special tools, keys, safety equipment, and portable equipment. Refer to Section 01700 and relevant technical sections of these Specifications for additional instructions. B. Recommended Spare Parts: Furnish a complete list of recommended spare parts and supplies for each piece of equipment furnished with current prices and a source of supply. C. Provide a list of all recommended lubricants not listed in the O&M Manuals. END OF SECTION Contract No. 5529 11001 -8 General Equipment And Rev. 9/17/15 Mechanical Requirements Section 11304 ENGINE DRIVEN SUCTION LIFT WASTEWATER PUMP PART 1 - GENERAL 1.01 SECTION INCLUDES A. Furnish complete, tested and operating, engine driven suction lift wastewater pump, as shown on the Drawings and as specified herein. B. Related Sections: 1. Section 01300: Submittals 2. Section 11001: General Equipment and Mechanical Requirements 3. Section 15050: Piping, Valves and Accessories 1.02 SUBMITTALS A. Shop Drawings: The Contractor shall submit shop drawings for favorable review of the Pump and accessories. Include sufficient data to show that equipment conforms to Specification requirements as indicated herein and in Related Sections. Submit in a single complete initial package under the Product Review category. Include the following: 1. Pump and engine product and performance data, including a prototype pump performance curve and indicate minimum continuous stable flow (MCSF). 2. Typical drawings indicating dimensions and minimum clearances (including trailer system). 3. Manufacturer's warranty on manufacturer's letterhead. B. Manuals: The Contractor shall furnish manufacturer's installation, lubrication, operation and maintenance manuals, bulletins, and spare parts lists. C. Affidavits: The Contractor shall furnish affidavits from the manufacturer stating that the pumps have been properly installed and tested and each is ready for full time operation. D. Performance Testing: Certified non-witnessed factory performance tests in accordance with Hydraulics Institute Standards are required for each pump. Obtain favorable review from the Engineer prior to shipment of the pumps. 1.03 REFERENCES A. ANSI B16.1 Standard for Cast Iron Pipe Flanges and Flanged Fittings 1.04 SYSTEM DESCRIPTION A. The pump-set specified in this section will pump wastewater. B. Pump will be fitted with a fully automatic priming system capable of repeated priming from a completely dry pump casing. C. The pump shall be provided with a critically silenced sound enclosure. Contract No. 5529 11304 - 1 Engine Driven Suction Lift Rev. 9/17/15 Wastewater Pump D. The pump, engine, sound enclosure and any other onboard accessories shall be mounted on a trailer at the manufacturing facility. E. The pump, diesel engine and accessories shall be supplied by the pump manufacturer. 1.05 QUALITY ASSURANCE A. All equipment furnished under this Section shall: 1) be of a manufacturer who has been regularly engaged in the design and manufacture of the equipment for at least 5 years; and 2) be demonstrated to the satisfaction of the Engineer that the quality is equal to equipment made by those manufacturers specifically named herein. PART 2- PRODUCTS 2.01 ENGINE DRIVEN SUCTION LIFT WASTEWATER PUMP A. Pump Schedule: The pump operating characteristics shall be as follows: Parameter Poinsettia Lift Station Bypass Pump Primary Point (gpm @ TDH) 1,375 gpm @ 245 ft Maximum Capacity (gpm @ TDH) 1,500 @ 250 ft @ 25 ft of suction lift Minimum Capacity (gpm @ TDH) 500 @ 235 ft @ 15 ft of suction lift Design Suction Lift 15 feet Maximum Suction Lift 25 feet Minimum Shutoff Head 280 ft @ Suction Lift of 20 ft Maximum Synchronous Speed 2,000 rpm Pump Drive Type Variable Speed Motor Type Diesel, Tier 4F, Volvo TAD1170- 1170VE or equal Motor Horsepower 320 HP, Tier 4F Minimum Solids sphere passage 3 inches Minimum Suction Size 8 inches Minimum Size Discharge 8 inches Max Fuel Consumption at primary operating point/minimum fuel storage 15.5 gal/hr / 23 gallon Manufacturer Godwin HL225M Dri Prime Pump with critically silenced enclosure, Tier 4F engine and GL16 trailer, or equal B. Equipment: Contract No. 5529 11304 - 2 Engine Driven Suction Lift Rev. 9/17/15 Wastewater Pump 1. Casting: a. Pump castings shall be cast iron. Pump design shall incorporate a direct suction flow path that is in axial alignment with the impeller eye. There shall be no turns, chambers, or valves between the suction flange and the impeller eye. 2. Impellers: a. The pump impeller shall be of open non-clog type with pump out vanes on the back shroud. The impeller shall be three-bladed of hardened cast chromium steel construction. The impeller shall be fitted to the drive shaft by use of a multi-fluted spline. 3. Wearplates: a. Shall be fully adjustable and replaceable, front wearplate cast in cast iron having minimum 1-1.5% chromium and 2% nickel composition, and rear wearplate cast in cast iron (minimum ASTM A48 Class 30). Wearplate clearances shall have no relationship to the ability of the pump to achieve a prime. 4. Bearings and Shafts: a. Pump shall be fitted with a bearing bracket which contains the shaft, two sets of heavy duty angular contact ball bearings at the drive end and cylindrical roller bearings on the hydraulic end. Bearings shall be of adequate size to withstand imposed loads and up to 100 psi of suction pressure. Minimum ISO L10 bearing life to be 100,000 hours. Impeller shafts shall be of 1Y2% nickel/chromium alloy. 5. Seals: a. Seals shall be high pressure, capable of withstanding suction pressures to 90 psi. The pump seal will be a double mechanical seal arrangement designed to meet API Standards. The inboard mechanical seal shall be a mechanical self- adjusting type with both interfaces of reaction bonded solid silicon carbide. The outboard mechanical seal shall also be a mechanical self-adjusting type with reaction bonded solid silicon carbide and carbon interfaces. The mechanical seal shall be cooled and lubricated in its own cooling reservoir, requiring no maintenance or adjustment. Pump shall be capable of running dry, with no damage, for periods up to 24 hours. All metal parts shall be of stainless steel. Elastomers shall be Viton. 6. Pump Suction and Discharge Flanges: a. Shall be cast iron ANSI (B16.1) Class 150, raised faced. 7. Pump Gaskets: a. Shall be compressed fiber and/or Teflon. 8. Pump 0-Rings: a. Shall be Buna-N 9. Priming System: a. Pump shall be fitted with a fully automatic priming system incorporating a twin-cylinder compressor and air ejector assembly. No vacuum pumps will be accepted. The compressor shall be installed on the engine auxiliary drive and shall be gear driven, lubricated and cooled from the engine. The priming system shall require no fail-safe protection float gear or any adjusting at high or low suction lifts. Pumps with self-priming chambers modified with vacuum priming systems shall not be accepted as equal. The pump must be capable of running totally dry for periods up to 24 hours, then re-priming and returning to normal pumping volumes. Pump and priming system is capable of priming the pump from a completely dry Contract No. 5529 11304 - 3 Engine Driven Suction Lift Rev. 9/17/15 Wastewater Pump pump casing. The pump shall be capable of static suction lifts to 28 vertical feet, at sea level. It shall also be capable of operation using extended suction lines. Equipment acceptance shall be contingent upon the pump's ability to run continuously at full speed in a completely dry condition for periods up to 24 hours. The engineer may require a demonstration. 10. Check Valve: a. Pump shall be supplied with an integral ductile iron swing type check valve mounted on the discharge flange of the pump, allowing unrestricted flow from the impeller. The check valve shall prevent in-line return of flow when the pump is shut off. Non-return valve elastomers shall be Nitrile Rubber, and shall be field replaceable. 11. HDPE Flexible Hose: a. Pump shall be supplied with flexible suction and discharge hoses as called out on the drawings. Hoses shall be capable of 150 psi working pressure and providing the maximum suction lift of 25 feet. Flanged connections shall be provided on both sides of each hose. Acceptable product shall be Goodyear - Versiflo 150 Wastewater Suction and Discharge or equal. 12. Drive Unit: a. The electronic type drive unit shall be a diesel water-cooled Tier 4F engine. The engine shall drive the pump by use of direct connected intermediate drive plate. Starter shall be 12VDC electric. Low oil pressure safety shutdown, high temperature shutdown, tachometer, and hour-meter shall be integrated into the engine control panel. Battery shall have 180-amp hour rating. Unit shall be a Volvo TAD1170-1170VE or equal, rated at a minimum of 300 hp (continuous) at 2000 RPM. A certified continuous duty engine curve shall be supplied to the owner/engineer (see Section 1.02). 13. Engine Control Panel: a. Engine speed shall be adjustable to operate the pump between maximum and minimum design operation speeds in manual mode. 14. Exhaust: a. Exhaust system shall include a muffler of suitable size. 15. Sound Enclosure: a. The engine and pump shall be completely enclosed with 12-gauge sheet metal panels (doors 14-gauge) backed with 1" and 2" layers of acoustical sound deadening material. The acoustical enclosure shall reduce pump and engine noise to sixty-nine (69) dBA or less at a distance of 30 feet. The panels shall be removable for easy access to the engine / pump for maintenance and repair. The engine control panel shall have a locking door for visual inspection. For maintenance and service needs, the pump discharge side of the trailer shall have a hinged door for quick access to the engine oil fill, fuel fill port, oil dipstick and filters. 16. Trailer: a. The engine, pump and sound enclosure shall be mounted on a trailer meeting the requirements of the entire system and be road worthy. 17. Factory Painting: a. Factory Painting Pump, engine, and base shall be shop primed and finish painted at the place of manufacturer. Materials and dry film thickness for priming and finish paint shall be in accordance with manufacturer's standards. Contract No. 5529 11304 - 4 Engine Driven Suction Lift Rev. 9/17/15 Wastewater Pump C. UL Listed Skid Base: 1. The pump base tank shall be a UL-142 approved double wall design constructed in accordance with Flammable and Combustible Liquids Code, NFPA 30; The Standard for Installation and use of Stationary Combustible Engine and Gas Turbines, NFPA 37; and The Standard for Emergency and Standby Power Systems, NFPA 110. 2. The tank design shall be a Closed Top Dike Pump Base Tank. It shall be of double wall construction having a primary tank to contain the diesel fuel, held within another tank or dike, which is intended to collect and contain any accidental leakage from the primary fuel tank. The completed base tank assembly is to incorporate pump-mounting locations and must be able to support four times the rated load. 3. The primary tank shall be designed to withstand normal and emergency internal pressures and external loads. It shall be capable of withstanding internal air pressures of 3 to 5 psig without showing signs of excessive or permanent distortion and 25-psig hydrostatic pressure without evidence of rupture or leakage. 4. The primary and secondary tanks or dike shall have venting provisions to prevent the development of vacuum or pressure capable of distorting them as a result of the atmospheric temperature changes or while emptying or filling. The vent shall also permit the relief of internal pressures caused by exposure to fires. The vent size shall be determined by using the calculated wetted surface area in square feet (the top is excluded) in conjunction with venting capacity table 10.1of UL-142. The tank's vent shall also be equipped with a coupling device and shall be located to facilitate connection to a vent piping system. The dike's vent may be an opening for venting directly to the atmosphere and protection from the entrance of natural elements or debris shall be provided. 5. The primary tank is to be constructed of 7 gauge ASTM A569 or A-36 hot rolled steel. Internal baffles or reinforcement plates shall be located on a maximum of 24 inch centers in tanks up to 60 inch width and on a maximum of 19.5 inch centers in tanks over 60 inch width. At least one baffle shall separate the fuel suction pipe from the fuel return line. 6. The outer tank is to be constructed in a manner to be able to support four times the wet load of the pump and housing. All of the load is to be carried by the outer tank so no load or vibration stress is placed on the primary tank. If the pump base tank is wider than the pump set to be supported, structural rails are to be incorporated to span the width of the base tank so that the load is transferred to the side rails of the tank. Vertical reinforcements shall be welded to the outer sides of the secondary tank or dike at a maximum of 45-inch centers on tanks up to 30 inches high and on 24-inch centers on tanks greater than 30 inches high. At least one vertical reinforcement shall be positioned adjacent to each mounting hole location. 7. Both primary and secondary tanks shall be fitted with the proper welded pipe fittings to accommodate the requirements for the fill port and normal and emergency venting. 8. The completed assembly is to be cleaned with a heated pressure wash followed by a chromium free post treatment to ensure proper paint adhesion. The tank assembly is to be painted with an epoxy ester primer and high quality polyurethane enamel with total paint thickness of 3.5 mils. The painted tank assembly is to be baked at 180 degrees for 30 minutes to provide a hard durable finish. Contract No. 5529 11304 - 5 Engine Driven Suction Lift Rev. 9/17/15 Wastewater Pump 9. Manufacturing and testing of this system shall be performed within the scope of Underwriters Laboratories, Inc. "Standard for Safety UL 142." A UL label shall be permanently attached to the tank system showing the following information: a. The registered UL mark and the name: Underwriters Laboratories, Inc. b. A control number and the word "listed" c. The product's name as identified by Underwriters Laboratories, Inc. d. The serial number assigned by Underwriters Laboratories, Inc. e. Other manufacturer's information may also be included. 2.02 AUTOMATIC STARTING CONTROL SYSTEM A. The engine shall be equipped with a factory installed microprocessor-based controller as supplied by the pump manufacturer. B. Engine/Pump Control Specifications 1. The engine shall be controlled by a high performance state of the art digital controller. The controller shall be weather proof enclosed, and contain an external weatherproof 12-position keypad accessible without the need to remove or open any protective cover or enclosure. It shall be designed to start, control the speed of, and stop the engine based on either discrete inputs from level float switches, or an analog 4-20 mA input signal supplied by a differential pressure level transducer. The controller shall provide the following functions without modification, factory recalibration, or change of chips or boards, by simply accessing the keypad. a. The keypad shall be a capacitive touch sensing system. No mechanical switches will be acceptable. The keypad shall operate in extreme temperatures, with gloves, through ice, snow, mud, grease, etc. and maintain complete weather-tight sealing of the controller. b. In automatic mode, the unit shall conserve energy and go to "sleep". c. The controller shall be able to function interchangeably from float switches, pressure switch, or analog signal, as well as manual start/stop by selection at the keypad or remotely. No other equipment or hardware changes shall be required. d. The controller shall be capable of varying the engine speed to maintain a constant process variable without a change to the controller other than via the keypad. e. The start function can be programmed to provide three separate functions each day for seven days (i.e. a start, warm up, exercise cycle on two separate days at different times and for a varying length of time all via the keypad). f. Manual-Automatic Button: 1) In Manual Mode, manual "Start" button starts engine and runs until "Stop" button is depressed or an emergency shutdown occurs. 2) In Automatic Mode, start/stop sequencing is initiated by either one (1) high-level N/O and one (1) low-level N/C float switches, pressure switch, or analog signal. g. The controller shall integrate the engine safety shut-off for low and high oil temperature, and provide over-speed protection. h. The controller shall include standard, field-adjustable parameters for engine cycle crank timer, shutdown time delay, warm-up time delay, and cool-down time delay. i. The controller shall have a minimum of eight built-in relays. Three (3) of the relays shall be programmable to output desired parameter on Contract No. 5529 11304 - 6 Engine Driven Suction Lift Rev. 9/17/15 Wastewater Pump display and to be used as dry-contacts for communication with City of Carlsbad SCADA system, all via the keypad without changing relays, chips, printed circuits, or any hardware or software. j. Standard components shall consist of (24) digital inputs, (7) analog inputs, (1) magnetic pick-up input, (8) 20-amp form "C" relays, (1) RS232 port, (1) RS485 port, (1) RS232/RS485 port, (1) J1939 port, and (1) 64X128 pixel full graphic LCD display with backlight. k. The industrially-hardened Controller shall withstand Vibration of 3 g, 3 axis, frequency swept 10-1000 Hz, in an operating temperature Range of 4° to 176°F (-20° to 80°C) and an operating humidity range of 0-95% Non-Condensing. 2.03 TRAILER MOUNT A. The engine driven suction lift wastewater pump system shall be mounted on a trailer supplied by the manufacturer to provide portability of the system. B. The trailer shall be able to support the weight of the engine driven suction lift wastewater pump system. C. The trailer shall be provided with two drop leg jacks at the rear and one drop leg jack at the front, all sized to carry the full working load of the pump. These drop leg jacks shall be of suitable design to be the primary method of anchoring the entire system to the ground during operation. 2.04 ACCESSORIES A. Thermostatically Controlled Engine Block Heater: 1. The drive unit shall be supplied with a thermostatically controlled engine coolant heater (20-amp, 115 VAC required). B. Internal Light: 1. The unit shall include one (1) switch operated internal 12VDC powered light. C. Dry-Contact: 1. The unit shall include three (3) dry contacts for SCADA system integration. D. Electrical Junction Box: 1. The unit shall include a duplex GFCI outlet (junction box) for a single point 115 VAC, 30-amp electrical connection circuit to power the automatic trickle charger and engine coolant heater. E. Fuel Level: 1. The unit shall be supplied with a fuel level sender integrated into the engine control panel display indicating tank percentage. F. Fully Automatic Trickle Charger: 1. The unit shall include a fully automatic trickle charger powered by 6-amps, 110 VAC. It shall be hard-wired into the junction box within the enclosure. PART 3- EXECUTION 3.01 INSTALLATION A. Equipment shall be installed in strict conformance with the manufacturer's installation instructions. B. The manufacturer shall have a representative inspect the system prior to delivery. Contract No. 5529 11304 - 7 Engine Driven Suction Lift Rev. 9/17/15 Wastewater Pump 3.02 FIELD SERVICE A. The manufacturer of the pumps shall supply a competent field service engineer to thoroughly check and inspect the pumps after installation, place the pumps in operation and make necessary adjustments, and instruct owner's personnel in proper operating and maintenance procedures before and after installation. Provide a minimum of 2 man-days of field service. 3.03 FIELD PAINTING A. Pump and appurtenances shall be touched up as required, per Manufacturer's coating requirements. 3.04 FIELD TESTING A. Each pump shall be field tested to verify that they are operating properly and are able to pump the design flow rate. Field testing shall be observed by the Engineer. For further requirements on performance tests, refer to Section 11001. 3.05 WARRANTY A. The manufacturer shall furnish to the owner a copy of the engine manufacturer's parts and labor warranty. B. A minimum 1 year parts and labor warranty shall be issued by the manufacturer for the engine driven suction lift wastewater pump system as described herein. END OF SECTION Contract No. 5529 11304 - 8 Engine Driven Suction Lift Rev. 9/17/15 Wastewater Pump SECTION 13215 UNDERGROUND STORAGE TANKS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Furnish and install complete, tested and operable, underground single-wall wastewater storage tank, fittings and accessories as shown on the Drawings and as specified herein. B. Work Included in This Section: 1. Single-wall fiberglass reinforced plastic (FRP) wastewater storage tank. 2. Tank accessories. 3. Concrete hold-down buoyancy compensation. C. Related Sections: 1. Section 02301: Earthwork 2. Section 15050: Piping, Valves and Accessories 1.02 REFERENCES A. Tank Manufacturer shall be listed by IAPMO/ANSI for manufacturing of prefabricated septic tanks under Standard Z1000-2007. B. Tank manufacturer shall be in the business of manufacturing tanks with materials conforming to the requirements of ANSI/AVVWA D120-02 Thermosetting Fiberglass- Reinforced Plastic Tanks. C. Tank manufacturer shall be in the business of manufacturing tanks to UL 1316 standards. D. American Society for Testing and Materials (ASTM) Standards 1. ASTM D883, Standard Terminology related to plastics 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Shop Drawings: Submit Shop Drawings of the underground storage tank and accessories for favorable review. Include sufficient data to show that equipment conforms to Specification requirements. Provide a complete set of scale drawings detailing dimensions of heights, diameter, elevations to invert, pipe sizes and any other necessary details of the underground storage tank from the manufacturer to the engineer, contractor and owner. Submittal to conform to Product Review category. C. Manuals: Furnish manufacturer's installation and operation and maintenance instructions. Contract No. 5529 13215 - 1 Underground Storage Tank Rev. 9/17/15 D. Affidavits: Furnish affidavits from a representative of the manufacturer of the underground storage tank stating that it has been properly installed and tested and is ready for full time operation. E. Submit certification of UL listings and compliance with specified performance. F. Submit depth vs. volume calibration curves in units of inches and gallons for the underground storage tank. G. Contractor shall supply from the manufacturer to the engineer and owner: buoyancy calculations assuming a fully flooded excavation with an installed empty tank and the weight, dimensions and anchoring system of the proposed hold-down slab. 1.04 QUALITY ASSURANCE A. Qualification: All equipment furnished under this section shall: (1) be of a manufacturer who has been regularly engaged in the design and manufacture of the equipment for at least five years; and (2) be demonstrated to the satisfaction of the Engineer that the quality is equal to equipment made by those manufacturers specifically named herein. B. Certifications: Provide certification of UL listings. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Underground Storage Tank: Xerxes Corporation; or equal. 2.02 MATERIALS A. Backfill: 1. Backfill material above, below and around the tank, manways and pipe penetrations: Pea gravel, naturally rounded, 1/4-inch nominal size, ranging from 1/8-inch to 3/4-inch-diameter, clean, free flowing, and having a maximum loss of 45% when tested in the L.A. Rattler in accordance with California Test 211. 2.03 EQUIPMENT A. Underground Storage Tank: 1 The tank shall have the following capacity and appurtenances: a. 15,000 gallon working capacity. b. 10 foot diameter. 2. Tank Access Openings: a. Tanks shall have a minimum of three access openings. 1. Provide minimum 30-inch manways for the tank. 2. Furnish manways complete with precast concrete lid (30" clear opening), composite ring and cover all capable of H20 loading. 3. Refer to the Drawings for location. Contract No. 5529 13215 - 2 Underground Storage Tank Rev. 9/17/15 3. Loading Conditions: Provide tank meeting the following design criteria: a. Internal Load: Tank to withstand pressure test of 5 psi with a 5 to 1 safety factor. Maximum test pressure is 5 psi. b. Surface Loads: Tank to withstand surface H-20 and HS-20 axle loads. c. External Hydrostatic Pressure and Burial Depth: Tank shall be capable of being buried in ground with 6 to 8 feet of overburden over the top of the tank, the hole fully flooded and maintain a safety factor of 5 to 1 against general buckling. d. Accessory Equipment: Tank shall support accessory equipment such as access openings, inlet and outlet piping, etc. e. Tank shall be manufactured with integral trapezoidal ribs for structural integrity. 4. Product Storage Requirements: Provide tank meeting the following design criteria: a. Tank shall handle liquids with specific gravity up to 1.1. b. Tank shall be vented to existing upstream manhole. c. Tank shall be capable of handling wastewater with temperatures not to exceed 150°F. 5. Materials: a. Tank shall be manufactured with 100% premium resin (Terephthalic polyester or highly cross-linked lsophthalic polyester resins only) and chopped glass. b. No general, Orthophthalic, or odd lot resins shall be used. c. All mounting hardware shall be rustproof. 2.04 ACCESSORIES A. Inlet piping: 1. Tank shall be equipped with factory-installed connections (SCH 80 PVC pipe stub) for inlet piping. 2. Refer to Drawings for size, location and connection type with inlet piping. B. Outlet piping: 1. Tank shall be equipped with factory-installed connections (SCH 80 PVC pipe stub) for outlet piping 2. Refer to Drawings for size, location and connection type with outlet piping. C. Pipe penetration: 1. Tank shall be equipped with factory-installed connections (SCH 80 PVC pipe stub) for pipe penetration. 2. Refer to Drawings for size, location and connection type with pipe penetration. D. Fittings: 1. All FRP nozzles shall be flat-faced, flanged (gusseted when needed), and conform to ANSI B16.5 150# bolting pattern. 2. All PVC piping shall be a minimum of SCH80. E. Lifting Lugs: 1. Provide lifting lugs capable of withstanding weight of tank with a safety factor of at least 2 to 1. Contract No. 5529 13215 - 3 Underground Storage Tank Rev. 9/17/15 F. Attached Access Risers 1. Attached access risers shall be FRP and used with a minimum 30-inch diameter access opening supplied by the tank manufacturer. 2. Attached access risers shall be attached to access opening by contractor with FRP bonding kits supplied by tank manufacturer when manufacturer supplies the attached risers. 3. Refer to Drawings for location of attached access risers. G. Anchor Straps: 1. Anchor straps shall be FRP. Number and location of straps as required by the manufacturer. Each strap to be capable of withstanding the buoyancy load for the tank. PART 3- EXECUTION 3.01 INSTALLATION A. Refer to Section 02301 for general specifications for excavation, backfill and shoring. B. Install tank in strict conformance to manufacturer's installation instructions including backfill requirements, anchoring straps and hold-down slab. 1. Backfill material and thickness shall be as required by the manufacturer. Assume a minimum of 12 inches of rounded washed rock less than 1 inch diameter and separated from the adjacent backfill by geotextile fabric. 2. Manufacturer shall design the concrete hold-down slab (weight, dimensions and anchoring). 2. Hold-down slab shall be constructed and installed per manufacturer's requirements. C. Contractor shall be trained by the tank manufacturer, the state or other approved agency. D. Control of Water/Dewatering: 1. Take all steps necessary such as ditching, diking, pumping, well pointing and bailing, including construction of necessary drains and channels, to keep the excavation clear of groundwater or storm water during the progress of the work and until the finished work is safe from damage 2. After placement of initial slab and backfill and during construction, the water level may be allowed to rise but at no time is it to be higher than one foot below the prevailing level of excavation or backfill E. Upon completion of tank installation and dewatering work, remove all equipment and leave the construction areas in a neat, clean, and acceptable condition. Contract No. 5529 13215 - 4 Underground Storage Tank Rev. 9/17/15 3.02 FIELD QUALITY CONTROL A. Testing: 1. Tank shall be tested according to the manufacturer's testing instructions. B. Operation and Maintenance: 1. Tanks shall be free of dirt, grease, oil, etc. 2. Tank shall be cleaned after operation of the automatic bypass pumping system and/or wastewater being detected in the tank before being turned over to the City. END OF SECTION Contract No. 5529 13215 - 5 Underground Storage Tank Rev. 9/17/15 SECTION 15050 PIPING, VALVES AND ACCESSORIES PART 1 -GENERAL 1.01 SUMMARY A. Section includes: Provide all piping, including fittings, valves, supports, and accessories as shown on the Drawings, described in the Specifications and as required to completely interconnect all equipment with piping for complete and operable systems, including equipment drains. B. Related Sections Including Work Provided in this Section: 1. Section 01190: Seismic Requirements 2. Section 02301: Earthwork 3. Section 10400: Identifying Devices 4. Section 11001: General Equipment and Mechanical Requirements 1.02 REFERENCES A. ASTM International (ASTM) B. American Society of Mechanical Engineers (ASME) C. American National Standards Institute (ANSI) D. American Water Works Association (AWWA) E. American Welding Society (AWS) F. Cast Iron Soil Pipe Institute (CISPI) G. U.S. Department of Transportation (DOT) H. Manufacturers Standardization Society of the Valve and Fittings Industry (MSS) I. National Fire Protection Association (NFPA) 1.03 SUBMITTALS A. Shop Drawings: 1. Verify by excavation, inspection and measurement all installation conditions, including existing utilities and structures, for all pipe before preparation of Shop Drawings. Submit field measurements and photos with Shop Drawings where exposed conditions are significantly different than indicated on the Drawings. See also paragraph 3.02, Existing Utilities of Section 02301. 2. Layouts and Schematics: Submit detailed installation drawings of all piping. Schematics may be submitted for piping 4 inches and smaller. The Drawings and schematics shall include: pipe support locations and types, fittings, valves, other appurtenances. (Product Review) 3. Submit data to show that the following items conform to the Specification requirements: a. Pipe, fittings and accessories (Product Review). Contract No. 5529 15050 - 1 Piping, Valves and Accessories Rev. 9/17/15 b. Fabricated pipe supports and other pipe supports (Product Review). c. Pipe couplings and flexible pipe pieces (Product Review). d. Valves and Accessories (Product Review). e. Thermal insulation (Product Review). 4. Submit samples of gaskets and other materials where required by the detailed specifications. 5. Submit certified test reports as required herein and by the referenced standard specifications (Product Information). B. Manuals: Furnish manufacturer's installation and operation manuals, bulletins, and spare parts lists for the following items: 1. Valves 4 inches and larger. 2. Air Valves. C. Field test reports as required in Part 3. 1.04 QUALITY ASSURANCE A. Materials and equipment furnished under this Section shall be of manufacturers who have been regularly engaged in the design and manufacture of the materials and equipment for a period of at least 5 years. Demonstrate to the satisfaction of the Engineer that the quality is equal to the materials and equipment made by the manufacturers specifically named herein, if an alternate manufacturer is proposed. B. Factory Quality Control: The Contractor shall test all products as noted herein and by the reference specifications. C. Field Quality Control: 1. The Contractor shall: a. Perform leakage tests. b. Be responsible for the costs of additional inspection and retesting by the Owner resulting from noncompliance. 1.05 POTHOLING (CHECK ON LOCATIONS) A. Do not prepare any shop drawings for, or make final order for, or design any pipe materials for any particular section of pipeline until all utilities in that section of pipeline have been exposed, as specified in paragraph 3.02 of Section 02301 and until such time as no interferences are found between said existing utilities and the proposed pipeline alignment. If interferences are found in any particular section of pipeline, do not prepare any shop drawings for, or make final order for, or design any pipe materials for that particular section of pipeline until the pipeline alignment has been modified by the Engineer to eliminate all such interferences. 1.06 CONSTRUCTION SCHEDULING/SEQUENCING A. Construction under this Contract may involve expansion and/or modification of an existing piping system which must continue to provide service to all buildings during construction. B. Connections and utilities changes must be programmed to provide the least possible interruptions of service. Prior to any shutdown, all materials, fittings, supports, equipment and tools shall be on the site and all necessary labor scheduled prior to starting any connection work. The Contractor shall notify the Engineer in writing at least 7 days in advance of any required shutdowns so that Contract No. 5529 15050 -2 Piping, Valves and Accessories Rev. 9/17/15 affected customers may be notified. In general, shutdowns shall not exceed four hours in duration unless specifically authorized or indicated in the suggested construction sequence. If a shutdown of more than fours hours is required, the Contractor shall first install a temporary bypass pumped system with continuous manned supervision and redundancy. C. All work under this Contract shall be conducted in a manner which will minimize shutdowns, open roadways, or traffic obstructions caused by the construction. Shutdowns causing damage to adjacent public and private property shall not be permitted, and any damage resulting shall be the sole responsibility of the Contractor. D. Planned utility service shutdowns shall be accomplished during periods of minimum use. In some cases, this will require night or weekend work, which shall be at no additional cost to the Owner. The Contractor shall program his work so that service will be restored in the minimum possible time, and shall cooperate with the Owner in reducing shutdowns of the utility system to a minimum. No utility interruption will be permitted without the prior approval of the Engineer. 1.07 APPURTENANCES A. Furnish and install all necessary guides, inserts, anchors and assembly bolts, washers and nuts, hangers, supports, gaskets, couplings and flanges; all other appurtenant items shown on the Drawings, specified or required for the proper installation and operation of the piping; devices included in or on the piping equipment; and piping accessories. 1.08 PIPE SUPPORTS A. General: 1. Piping 6 Inches and Larger: Pipe supports are shown on the Drawings for piping 6 inches and larger in diameter, where the piping is shown on layout drawings. Each pipe support used is designed to resist seismic loading except where the support is of the sliding type for thermal expansion. Other supports are provided to resist axial seismic loading of pipes designed for thermal expansion. Pipe supports that are considered seismic resistant are so noted on the pipe support detail sheets on the Drawings. The location and types of supports and braces are indicative and may be modified by the Contractor to suit field conditions, provided the modified support system conforms to the design criteria stated herein, and receives the favorable review of the Engineer. Where piping is shown schematically only, it shall be the Contractor's responsibility to support all such piping in accordance with the design criteria stated herein and using support details shown on the Drawings. Pipe supports have been designed assuming flanged joints on ductile iron pipe, unless otherwise indicated on the Drawings. If groove type mechanical couplings are used as an alternative, provide additional supports where required, particularly to resist rotation. Shop drawings of these additional supports shall be favorably reviewed by the Engineer prior to installation. 2. Piping Less Than 6 Inches: Pipe supports are generally not shown for piping less than 6 inches in diameter. Where supports are not shown, it shall be the Contractor's responsibility to support all such piping in accordance with the design criteria stated hereinafter and the support details shown on the Contract No. 5529 15050 - 3 Piping, Valves and Accessories Rev. 9/17/15 Drawings. Piping 2-1/2 inches and larger shall be supported with pipe supports designed to resist seismic loads. Piping smaller than 2-1/2 inches with non- hazardous contents may be supported with non-seismic resistant supports. 3. Where not detailed or otherwise indicated, pipe support types and spacing shall be in accordance with the Manufacturer's Standardization Society (MSS) Standard Practice No. SP-58 and No. SP-69, except as superseded by the requirements of these Specifications. B. Pipe Support System Design: 1. Design Loads: Pipe suspension shall be such as to prevent excessive stress or excessive variation in supporting force while system is in operation. Pipe supports shall support the sum of the weight of the pipe, fittings, appurtenances, and contents. In addition, the pipe shall be anchored to resist internal pressure forces tending to separate any unrestrained joint at pressures 1-1/2 times the maximum working pressure for the applicable service. 2. Seismic Loads: Seismic loads, expressed as a percentage of the weight of the contributing length of pipe, fittings, appurtenances, and contents, are 45% in any direction within the horizontal plane of the pipe, and 23% up or down within the vertical plane of the pipe. 3. Location: All piping shall be supported in a manner that will prevent undue strain on any valve, fitting, or piece of equipment. In addition, pipe supports shall be provided at changes in direction or elevation, adjacent to flexible couplings, at all nonrigid joints, at hose bibbs, and where otherwise shown. Where piping connects to equipment, it shall be supported by a pipe support and not by the equipment. a. Maximum support spacing shall conform to the following table: Pipe Size Inches Pipe Material Maximum Spacing Feet 1-inch and smaller PVC Sch 80 5 1-1A-inch to 2-inch PVC Sch 80 5 2-1/2-inch to 4-inch PVC Sch 80 6 8-inch Ductile Iron 12 10-inch and larger PVC Sch 80 Ductile Iron Flexible HDPE 8 12 None b. Piping penetrations through concrete walls and slabs are considered to resist seismic loading, provided penetrations for pipes 3 inches in diameter and larger are complete with a wall flange. c. Branch piping is not considered to provide resistance to seismic forces. 4. Anchors: Anchors for connecting pipe supports to concrete shall be in accordance with Section 05100. 5. Thermal Expansion Allowance: a. Provide one rigid pipe support for each straight run of pipe and between each pair of flexible couplings, flexible connectors, or expansion loops for pipes listed below. Provide other supports at the required spacing that allow sliding or rolling, as noted, along the pipe axis. Contract No. 5529 15050 -4 Piping, Valves and Accessories Rev. 9/17/15 PART 2- PRODUCTS 2.01 GENERAL A. Pipe and valve sizes are nominal inside diameter unless otherwise noted. B. Construct vents of materials specified for the pipe system for which they serve. C. All materials delivered to the job site shall be new, free from defects, and marked to identify the material, class, and other appropriate data such as thickness for piping. D. Acceptance of materials shall be subject to strength and quality testing in addition to inspection of the completed product. Acceptance of installed piping systems shall be based on inspection and leakage tests as specified hereinafter. 2.02 GENERAL MATERIAL REQUIREMENTS A. Gaskets: Except where specified otherwise, gaskets shall be SBR rubber. B. Bolts: Unless specified otherwise herein, flange bolts and nuts, coupling bolts and nuts, and other hardware shall be as follows: 1. Exposed: Electroplated zinc or cadmium steel. 2. Submerged: Type 316 stainless steel, minimum tensile strength: 60,000 psi. 3. Buried: Type 304 stainless steel, minimum tensile strength: 60,000 psi. 4. Apply an anti-gauling compound to the threads of stainless steel bolts. C. Fusion Epoxy Coating: AWVVA C213; except application shall be by fluid bed only unless the greatest dimension of the article to be coated exceeds ten feet, in which case electrostatic spray or flocking application may be used. 2.03 PIPING MATERIALS A. Pipe and Fitting Designation: Piping materials are identified by a "Type" designation in these Specifications. The "Type" designation identifies not only the pipe itself but the associated fittings and appurtenances and the installation and test procedures described for that "Type." The designation of a particular type shall indicate a complete installation including fittings, joints, cleaning and testing. The pipe and fitting materials for each type designation shall be as specified herein and summarized in the Pipe Type Schedule. B. Piping Schedule: Piping systems and their corresponding piping and valve systems are listed on the Drawings. C. Pipe Type Schedule: Pipe material, joints and fittings shall be as summarized below. A detailed specification of each pipe type follows. (The detailed specification supersedes the schedule in case of any conflicts.) Pipe Type Pipe Description Field Joints Fittings DIPF Ductile Iron Flanged Pipe Flange or Mech. Groove Coupling DI HDPE High Density Polyethylene, Water Heat Weld Polyethylene PVC-1 PVC, Schedule 80 Threaded or Solvent Weld PVC, Schedule 80 D. DIPF Pipe: Contract No. 5529 15050 - 5 Piping, Valves and Accessories Rev. 9/17/15 1. Pipe: Flanged or grooved end ductile iron. a. Flanged Pipe: AWWA 0115 including Appendix A, minimum thickness Class 53. b. Grooved End Pipe: AWWA C151 with grooves in accordance with AWWA 0606, Table 3, for rigid joints. Provide minimum thickness classes in accordance with AWWA 0606. 2. Joints: Where flanges are shown on the Drawings, provide mechanical rigid grooved couplings up to 24-inch or flanges, at the Contractor's option, except where grooved couplings are required in the Drawings. (See paragraph 1.08A.1 for special requirements for pipe supports with grooved couplings.) Provide flanges where required to connect to valves, equipment or certain pipe supports. 3. Flanges: Ductile iron, plain faced, AWWA 0115. Submit certification that flanges comply with AWWA 0115. Provide insulating flanges with two cathodic test stations for buried ductile iron to steel connections. 4. Mechanical Grooved Couplings: AWWA C606, minimum pressure rating of 150 psi. 5. Fittings: a. Flanged: Ductile iron, AWWA 0110 or AWWA 0153. b. Grooved End: Ductile iron, AVVVVA 0110 for materials, dimensions and pressure ratings. Grooves shall be in accordance with AWWA 0606, Table 3, for rigid joints. c. Special Fittings: Special fittings not available in ductile iron may be fabricated of fusion epoxy lined and coated welded steel pipe with a design pressure of 450 psi. Submit design and wall thickness to the Engineer for review. d. Buried bolts and nuts for flanged and grooved end joints shall be Type 304 stainless steel. 6. Lining: Standard thickness cement mortar lining for pipe and fittings, AWWA 0104, except where noted otherwise in the Drawings or in the Piping Identification Schedule. Cement mortar lining shall be seal coated. 7. Coating: Buried pipe shall receive asphalt coating per AWWA 0115. Exposed or submerged pipe requiring protective coating per Section 09960 shall be shipped bare or shall be factory primed compatible with selected field paint system. 8. Protection for buried pipe: Polyethylene encasement, black, AWWA 0105. Single-wrap pipe, double-wrap flanged fittings, mechanical joints, or other appurtenances with significantly different outside diameters from the pipe. Tape to seal seams and over laps at least 2 inches wide. 9. Gaskets: a. Flanged: Full face, 1/8-inch-thick SBR rubber, AVVVVA 0115, Appendix A. b. Mechanical Grooved Coupling: SBR rubber, AWWA 0606. 10. Flange Bolts: See paragraph 2.02. 11. Field Closure Connections for Restrained Joints: Pipe cut in the field where necessary and when favorably reviewed by the Engineer shall be connected by one of the following methods: a. Series 3800 Mega-Coupling by EBAA Iron, Inc.; or equal. b. Mechanical Joint Sleeve with two Series 1100 Megalug Restraints by EBAA Iron, Inc.; or equal. E. HDPE Pipe: Contract No. 5529 15050- 6 Piping, Valves and Accessories Rev. 9/17/15 1 Pipe: High molecular weight, 4710 high density, polyethylene pipe, ASTM D3350. a. Cell Classification: 445474C; color material shall be 345464E. b. Dimension Ratio (DR): 13.5 maximum rated to 160 psi working pressure under AWVVA C906. c. Pipe shall be ductile iron pipe size. d. Submit manufacturer's certification, including AVWVA C906 affidavit of compliance that pipe and fitting complies with the Specifications. 2. Joints: Butt fusion, ASTM D2657, except mechanical where required to connect with other pipe, valve or equipment materials. a. Butt Fusion Joints: The tensile strength of the joint at yield shall not be less than the pipe. Joints shall be made with equipment acceptable to the manufacturer. The equipment operators shall have been trained by certified fusion technicians. Submit description of the equipment and methods for favorable review. b. HDPE Flange Adaptor: Joint shall consist of a flange adaptor fitting butt- fused to the pipe, a back-up ring of Type 316 stainless steel made to ANSI B16.1 dimensional standards (with modified pressure rating), bolts of Type 316 stainless steel, and chloroprene gaskets. 3. Fittings: Molded fittings to ASTM D3261 required where available of the same material as the pipe, with DR no greater than the pipe, and with a pressure rating at least equal to the pipe. Manufacturer shall conduct X-ray inspection on samples from each molded fitting production lot. Fabricated fittings shall comply with AVWVA C906 and ASTM F2206 and shall only be used where molded fittings are unavailable. Fitting shall be produced by the same manufacturer as the pipe. F. PVC-1 Pipe: 1. Pipe: Schedule 80 polyvinyl chloride (PVC), gray, normal impact, Type 12454 B, ASTM D1784 and ASTM D1785. Pipe shall bear the National Sanitation Foundation (NSF) label. 2. Joints: Solvent weld, except flanged or threaded permitted where required at equipment/appurtenance connections and where required on the Drawings. Use Military Specification T 27730A tape for threaded joints. 3. Fittings: Solvent weld, socket type, of same material as the pipe, Schedule 80, ASTM D2467. 4. Cement: Solvent weld, ASTM D2564, as recommended by the pipe manufacturer for the service (wastewater), schedule and size to be joined; no equal. 5. Pipe Cleaner: As recommended by the pipe manufacturer for the schedule and size to be joined. 2.04 PIPE COUPLINGS AND FLEXIBLE PIPE PIECES A. General: For typical pipe joints refer to pipe material specifications. Other joint devices shall be furnished where called for on the Drawings and as specified below and as called out for the Flexible Hose supplied with the bypass pump in Section 11304. B. Flexible Couplings and Flange Coupling Adaptors: 1. Sleeve: Cast iron or fabricated steel. 2. Followers: Cast iron, ductile iron, or steel. Contract No. 5529 15050- 7 Piping, Valves and Accessories Rev. 9/17/15 3. Sleeve Bolts: ASTM A325, Type 3; malleable iron; or equivalent, except for buried and submerged, which shall be Type 304 stainless steel and Type 316 stainless steel, respectively. 4. Coating: Fusion epoxy line and coat sleeve and followers. 5. Pressure Rating: The test pressure of the applicable service or 50 psi, whichever is greater. 6. Performance: Longitudinal movement and angular deflection capabilities shall meet AWWA C219. 7. Flanged Coupling Adaptor Flanges: Match mating flanges. If required by connecting valve or other device, provide flanges with inside diameter equal to nominal pipe diameter. 8. Buried Flexible Coupling Sleeve: Long barrel; Smith-Blair 442, Dresser Style 40; or equal. 9. Manufacturers: a. Flexible Couplings: 1) Connecting Pipe with Identical Outside Diameters: Smith-Blair 411 or 441; Dresser Style 38 or 138; or equal. 2) Connecting Pipe with Slightly Different Outside Diameters: Smith- Blair 413, 462 or R441; Dresser Style 62; or equal. b Flange Coupling Adaptors: Smith-Blair 912 or 913; Dresser Style 128-W; or equal. 10. Gaskets: SBR rubber. 11. Joint Restraint: Provide joint harnesses (tie rod lug or attachment plate assemblies) designed for the test pressure or 50 psi, whichever is greater, across all flexible couplings and flange coupling adaptors, except where specifically indicated otherwise on the Drawings. Anchor studs may be used on flange coupling adapters for pipe up to 12 inches in diameter. 12. Protection for Buried Couplings and Adaptors: a. The entire flexible coupling or flange coupling adapter including mated flanges shall be protected. The pipe and coupling or adaptor shall be cleaned and primed in accordance with the manufacturer's instructions. Apply a filler to form a smooth, continuous surface and spiral wrap with tape, overlapping by at least 50%. b. Filler: Denso Mastic; or equal. c. Tape: Denso Tape; or equal. C. Mechanical Groove Couplings: 1. Application: Mechanical couplings (segmental clamp joints) shall be used wherever shown on the Drawings. They may be substituted for flanged joints on iron pipe if 10 inches or smaller in diameter and if favorably reviewed by the Engineer and may be substituted for flanges on ductile iron pipe to the extent permitted under the ductile iron pipe specification. 2. Grooves: a. Ductile Iron Pipe where Mechanical Groove Couplings are shown on the Drawings: Flexible joint, Table 2 (AVVVVA C606). b. Ductile Iron Pipe where Flanges are Shown on the Drawings: Rigid joint, Table 3 (AVVVVA C606). 3. Gaskets: EPDM. Contract No. 5529 15050 - 8 Piping, Valves and Accessories Rev. 9/17/15 D. Flexible Connectors: 1. Up to 12-inch-Diameter: a. Type: Filled, arch-type (unless otherwise shown on Drawings) rubber expansion joints with full rubber flanges and retainer rings. b. Materials: Neoprene cover over nitrite tube, reinforced with nylon or polyester body and galvanized steel retainer rings or protect cover with Hypalon paint where exposed outdoors. c. Pressure Rating: 190 psi. d. Manufacturers: 1) Standard: Proco Series 230; Holz Type 200; Garlock Style 200HP; or equal. 2) Concentric Reducers: Proco RC Series; Holz 200TC 3) Eccentric Reducers: Proco RE Series; Holz 200TE 4) For connections to plastic piping systems provide connectors with additional flexibility as recommended by the manufacturer. Proco Series 261R; Holz Type 320EZ; or equal. 2. Restraint: Provide galvanized steel control rod-compression sleeve assemblies for all flexible spools, except where pipelines cross structural expansion joints or where specifically omitted by note in the Drawings. Number and size of control rods shall be as required for the test pressure of the pipe system or 50 psi, whichever is greater. 3. Provide full-size intermediate metal pipe flanges where rubber spool connects with wafer style valves, lug style valves or other pipeline items that do not have full-face metal flanges. 2.05 CONNECTION DEVICES FOR SEWERS A. Transition Couplings: Transition couplings shall be elastomeric plastic or synthetic rubber-resistant to sewage and grease, chemical and normal sewer gases. Couplings shall be designed to slip over the outside of the pipes being connected with a snug fit. Couplings shall be held in place and sealed with a stainless steel band clamp around each end. Couplings shall be specifically manufactured for making the transition between various types of pipe with different outside diameters. Couplings shall meet the requirements of the Uniform Plumbing Code. Fernco; Indiana Seal; or equal. B. Transition Donuts: Transition donuts shall be elastomeric plastic resistant to sewage and grease, chemicals and normal sewer gases. They shall be designed to be inserted into the bells of sewer pipe to adapt the bell to accept the spigot of a smaller size pipe. They shall have reversed fins on the inside and outside to grip the bell and spigot. Transition donuts cast or grouted into concrete pipe or manhole sections shall have an outside diameter at least 2 inches greater than the inside diameter. Fernco; Indiana Sea; or equal. C. Manhole Adaptors: Manhole adaptors shall be SB R rubber manhole waterstops for use with PVC sewer pipe, Fernco, Kor-N-Seal or equal. D. Flexible Manhole Connectors: ASTM C923. E. Other Devices: Other equivalent connection deices will be considered provided that they are made of elastomers resistant to sewage and grease, chemicals and normal sewer gases. Metallic parts shall be stainless steel. Contract No. 5529 15050 - 9 Piping, Valves and Accessories Rev. 9/17/15 2.06 VALVES AND ACCESSORIES A. Valve and Accessory System Designation: Most valves and accessories to be furnished and installed are identified by a valve and accessory system designated as System B. B. General Requirements for Valves: 1. All valves of each type shall be the product of one manufacturer. 2. All exposed valves shall be furnished with operators, handwheels, levers, or other suitable type wrench including handles as specified herein or as shown on the Drawings. All buried valves shall be provided with 2-inch-square operating nut and valve boxes. 3. All threaded stem valves shall open by turning the valve stem counter- clockwise. 4. All exposed valves and valve operators shall have a non-bleeding shop coat, unless otherwise specified. Buried valves and operators shall be painted as specified in Section 09960. C. Valve and Accessory Systems: All valves and accessories on this project shall follow System B below. 1. Valve and Accessory for Sludge, drainage, sewage and wastewater at working pressures to 150 psig. a. Plug valves 2-inch and larger: 1) Rating: 175 psi through 12-inch. 2) Type: Resilient faced eccentric plug, lever operated 4-inch and smaller, worm geared handwheel operated 6-inch and larger, or pneumatically actuated as shown on the Drawings. Valves shall provide driptight shutoff in both directions. 3) Connections: Flanged, 125-pound ANSI, except screwed connections may be used for 2-inch valves. 4) Materials: Cast iron body, welded nickel seat, NBR or Buna-N coated plug, NBR or Buna-N packing or U-cup stem seal. Valves shall have interior and exterior metal surfaces other than the plug and valve seat coated with two coats of high-solids epoxy with total dry film thickness 12 mils minimum. 5) Manufacturers: DeZurik PEC, Milliken, Clow Eccentric Plug Valve, or equal. 6) Installation: Unless otherwise necessary for proper installation or permitted by Engineer, all eccentric plug valves shall be installed with shaft horizontal and with plug in upper half of body. Valves in sewage lines shall be installed with seat on upstream end. b. Swing Check Valves 2-inch through 12-inch: 1) Rating: 175 psi 2) Type: Swing, metal seats, outside spring and lever, A\MNA C508. 3) Connections: Flanged, 125-pound ANSI. 4) Materials: Cast iron, bronze trim. 5) Manufacturers: M & H Style 259; equivalent by Clow; or equal. c. Air Valves: 1) Sewage Air and Vacuum Valves: a) Function: Exhausts large volumes of air during pipeline filling and allows air back in when pipeline pressure drops below Contract No. 5529 15050 - 10 Piping, Valves and Accessories Rev. 9/17/15 atmospheric pressure. Keeps sewage from air openings by incorporating deep body. b) Materials: Cast or ductile iron body, stainless steel float. c) Pressure rating: 150 psi. d) Manufacturer: Apco Series 400; equivalent by Valmatic; or equal. D. Miscellaneous Valves and Accessories: 1. Valve Tags: Plastic, fiberglass, or plastic material, 2-inch square with grommeted hole. The tags shall be attached to valves with a brass jack chain. For buried installations use a nylon strap. Lettering shall be stamped or cut into the tag at least 3/16-inch high. 2. Link-Type Seals: Link-type seals shall be interlocking synthetic rubber links connected by stainless steel bolts and nuts to form a continuous belt. Tightening of the bolts shall expand the rubber to form a watertight seal of the annular space between a pipe and the hole or sleeve in the wall. 2.07 PIPE SUPPORTS A. Manufacture and Design: Pipe supports shall to the maximum extent possible be standard factory fabricated units conforming to the typical supports and braces shown in the Drawings and as specified below. Where required support cannot be provided by standard factory fabricated units, and is not detailed on the Drawings, the Contractor shall provide special pipe supports. Supports shall be manufactured or special fabrications or combination as shown on the Drawings or specified. Provide 3h-inch chamfer on corners of all support elements and file or grind smooth. Supports designated to allow axial pipe movement shall have smooth and even contact surfaces. B. Materials: All support systems shall be galvanized steel except that those that are submerged or that are located within a tank, channel, or other structure designed to hold water, below the top of surrounding walkway elevation or tank wall top, or otherwise called out on the Drawings, shall be Type 316 stainless steel. C. Insulation Protection Shields: Provide insulation protection shields at all pipe supports for insulated piping. D. Provide plastic caps with rounded corners on all exposed ends of channels. PART 3- EXECUTION 3.01 PIPING INSTALLATION A. General Handling and Placing: 1. Exercise great care to prevent injury to or scoring of the pipe lining and coating, as applicable, during handling, transportation or storage. Handle fusion epoxy coated pipe and ceramic epoxy lined pipe in accordance with AVVWA C213. Do not store pipe on rough ground and do not roll the pipe on the coating. Any damaged pipe sections, specials, or fittings shall be repaired or replaced at the expense of the Contractor as satisfactory to the Engineer. 2. Carefully inspect each pipe, fitting, valve and accessory before installation to insure there is no defective workmanship or obstructions. Inspect the interior and exterior protective coatings and patch all damaged areas in the field or replace to the satisfaction of the Engineer. Contract No. 5529 15050 - 11 Piping, Valves and Accessories Rev. 9/17/15 3. Place or erect all piping to accurate line and grade and backfill, support, hang, or brace against movement as specified or shown on the Drawings, or as required for proper installation. Remove all dirt and foreign matter from the pipe interior prior to installation and thoroughly clean all joints before joining. 4. Use reducing fittings where any change in pipe size occurs. Do not use bushings unless specifically noted on the Drawings. Use eccentric reducing fittings wherever necessary to provide free drainage of lines. 5. Cast all metallic pipes and sleeves 6-inch and larger into concrete walls without blockout. Maintain at least Y2-inch clearance between reinforcing steel and metal pipe in penetrations. 6. Cover polyvinyl chloride (PVC) and polyethylene (PE) pipe stored outside for more than two months with canvas or other opaque material. Provide for air circulation under the covering. B. General Buried Piping Installation: 1. Trenching, bedding, and backfill for buried piping shall be as shown on the Drawings and as specified in Section 02301. 2. Where pipe grade elevations are shown on the Drawings, install the pipe with straight grades between the indicated elevations. 3. Where no pipe grade elevations are shown on the Drawings, install buried piping with at least 3 feet of cover to finished grade. Where piping crosses under buried electrical ducts, provide at least 4 feet 6 inches of cover. Provide 12 inches minimum separation between the buried pipes and ducts. 4. All new sewer lines must cross at a minimum of 18 inches below existing potable waterlines. 5. Provide each pipe with a firm, uniform bearing for its full length in the trench except at field joints. Do not lay pipe in water or when trench conditions or weather are unsuitable for such work. 6. Protect buried piping against thrust by use of restrained pipe joints and/or thrust blocks. All exposed free pipe ends shall be securely braced. Cap or plug pipe ends that are left for future connections as shown on the Drawings and in a manner favorably reviewed by the Engineer. 7. Where piping leaves a structure or concrete encasement, provide a joint capable of angular deflection within 12 inches of the structure for pipes 12-inch and smaller. Conform to details on the Drawings where such details are shown. 8. Coat bolts on buried flanges or other buried appurtenances in accordance with Paint System 8 in Section 09960. Wrap the appurtenance with polyethylene encasement and tape the encasement tightly closed to the pipe. C. General Exposed Piping Installation: 1. Unless shown otherwise, install piping parallel to building lines, plumb and level. 2. Install piping without springing or forcing the pipe in a manner that would set up stresses in the pipe, valves, or connected equipment. 3. Set all pipe flanges level, plumb, and aligned. All flanged fittings shall be true and perpendicular to the axis of the pipe. All bolt holes in flanges shall straddle vertical centerline of pipes. 4. Flexibility and Expansion: Provide flexible couplings, flexible hose, or flexible spools for all piping connections to engine driven equipment and where otherwise shown. The Contractor may install additional flexible couplings at favorably reviewed locations to facilitate piping installation, provided that he Contract No. 5529 15050 - 12 Piping, Valves and Accessories Rev. 9/17/15 submits complete details describing location, pipe supports, and hydraulic thrust protection. Anchor piping subject to expansion or contraction in a manner permitting strains to be evenly distributed. Sleeves for branches through walls from adjacent mains shall be of sufficient size to allow for free side motion of covered pipe in sleeves. 5. Install unions or flexible connections where shown on the Drawings, and at all non-engine-driven equipment to facilitate removal of the equipment. D. Installation Specifics: 1. DIPF Type N-2 Pipe: a. Flanged Joints: Flanged joints shall be made up tight with care being taken to avoid undue strain in the flanges, fittings, and other accessories. Bolt holes shall be aligned for each flanged joint. Bolts shall be full size for bolt holes; use of undersize bolts to make up for misalignment of bolt holes or for any other purpose will not be permitted. Adjoining flange faces shall not be out of parallel to such a degree that the flanged joint cannot be made watertight without overstraining the flange. Any flanged pipe or fitting whose dimensions do not allow the making of a proper flanged joint as specified herein shall be replaced by one of the proper dimensions. Clean flanges prior to making joints. Buried flanged pipe connections shall be made with the smallest practical "bell" hole. After the joint is completed take special care to completely fill the "bell" hole under and around the pipe with compacted backfill. b. Mechanical Grooved Couplings: Install in accordance with the manufacturer's instructions. 2. HDPE Type U-1: a. Handling and laying of pipe and fittings shall be in accordance with the manufacturer's instructions, PPI guidelines, AVVVVA M55, and as specified herein to line and grades as shown on the Drawings. b. Pipe and fittings shall not be dropped. All pipe and fittings shall be examined before laying and no piece shall be installed which is found to be defective. Any damage to the pipe shall be repaired as directed by the manufacturer and approved by the Owner. If any defective pipe is discovered after it has been laid, it shall be removed and replaced with a sound pipe in a satisfactory manner at the Contractor's expense. Any pipe with gouges exceeding 5% of the nominal wall thickness will be rejected. c. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work. d. The Contractor shall not drag the pipe. Rollers or other such devices shall be used to reduce dragging of the pipe. Damage to pipe caused by dragging is the responsibility of the Contractor and cause for replacement of damaged portion as determined by the Owner. If, in the opinion of the Owner, the pipe may have been dragged to an extent where damage may have occurred to the pipe wall, the Contractor will rotate the pipe in a manner which will facilitate inspection. e. As much as practicable, the print line on the pipe shall be installed facing upward to facilitate identification of the pipe when initially installed f. Pipe fused above ground shall be carefully handled to avoid damage to the pipe. Chains or cable type chokers will not be allowed when lifting Contract No. 5529 15050 - 13 Piping, Valves and Accessories Rev. 9/17/15 sections of pipe. Nylon or other wide fabric slings or other similar lifting apparatus with spreader bars shall be used where necessary. g. Prior to installing a pipe section, the bedding material shall be brought to grade along the entire length of the section to be installed. h. The joining method shall be the thermal butt fusion method and shall be performed in strict accordance with these Specifications, PPI guidelines, and the pipe manufacturer's recommendations. Should there be a conflict between these Specifications and the pipe manufacturer's recommendations, the more stringent requirement shall govern. The butt fusion equipment used in the joining procedures shall be capable of meeting all conditions and procedures recommended by the pipe manufacturer, including but not limited to, temperature requirements, alignment, and interfacial fusion pressure and automatic recording of parameters for joining. Heat fusion joining shall be complete, efficient, and match the outer diameter of the two pipe being heat fused. Any offset or mismatch shall not exceed 10% of the minimum wall thickness. In all cases, heat fusion pipe joints shall have a joint weld strength equal to or greater than the tensile strength of the pipe. j. Submit detailed fusion joint reports as recorded by the heat fusion machine for all joints. Submit a report to the Owner's Inspector the same day the fusion is made. Submit a formal report of all fusions to the Owner's Project Manager on a weekly basis, no later than 4:00 p.m. each Friday. If any joint as indicated by these reports is found to be unsatisfactory, the Contractor shall remove portions of the pipe containing such joint and install a new pipe piece as required and approved by the Owner. The first fusion shall be a trial fusion to be performed in the field in the presence of the Owner. The trial fusion shall be allowed to cool completely, then fusion test straps shall be cut out. The test strap shall be the longer of 12 inches or 30 times the wall thickness in length with the fusion in the center, and 1-inch minimum or 1.5 times the wall thickness in width. Then, the test strap shall be bent until the ends of the strap touch. If the fusion fails at the joint, or if the joint exhibits cracking or crazing, a new trial fusion shall be made, cooled completely and tested. Butt fusion of the pipe to be installed shall not commence until the trial fusion has passed the bend back test. I. Following the successful initial trial fusion, the bend back test shall be performed once every fiftieth joint. m. Bending of the pipe to achieve horizontal or vertical changes in direction is allowed. The minimum bending radius, measured along the centerline axis of the pipe is 50 times the nominal pipe size. n. Flange connections shall be in accordance with the manufacturer's requirements. Flange bolts shall not be used to draw the connection into alignment. Bolt threads shall be lubricated and flat washers shall be used under nuts. Tighten bolts evenly according to the pipe manufacturer's tightening pattern and torque step recommendations. Retighten flange connections at least one hour after the initial tightening using the pipe manufacturer's tightening pattern and torque step recommendations. o. Install tracer wire and warning tape. Contract No. 5529 15050 - 14 Piping, Valves and Accessories Rev. 9/17/15 p. All HOPE pipe must be at the temperature of the surrounding soil at the time of backfilling and compaction. 3. PVC-1 Type V-1: a. Place PVC pipe within the installation areas at least 24 hours prior to installation to permit temperature equalization. b. Cut pipe ends squarely, ream and deburr inside and out. c. Solvent Weld Joints: Clean pipe ends and sockets and join in strict conformance with the pipe manufacturer's instructions. Make joints in accordance with ASTM 02855. Handle solvent cements and primers in accordance with ASTM F402. d. PVC-1 Type V-1 Pipe: Threaded connections shall use a short nipple, threaded at one end, socket at the other. Provide thread sealant in accordance with the pipe manufacturer's recommendations. Take care not to overtighten the connection. 3.02 COUPLING INSTALLATION A. Flexible Couplings and Flange Coupling Adaptors: Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide a clean seat for the gasket. Wipe gaskets clean before they are installed. If necessary, flexible couplings and flanged coupling adapter gaskets may be lubricated with soapy water or manufacturer's standard lubricant before installation on the pipe ends. Install in accordance with the manufacturer's recommendations. Tighten bolts progressively, drawing up bolt on opposite sides a little at a time until all bolts have a uniform tightness. Workers tightening bolts shall be equipped with torque-limiting wrenches or other favorably reviewed type. Anchor studs on restrained flanged coupling adaptors shall be installed so as to lock into holes drilled through the pipe wall in accordance with manufacturer's recommendation. B. Tie Rods: Except where double-nutting is required, install the nuts snug. Tighten the nuts gradually and equally at opposite sides of the pipe until snug to prevent misalignment and to ensure that all rods carry equal loads. If double-nutting is required, double-nut each end of each tie rod. The space between the pairs of nuts shall be V2-inch greater than the distance between the lugs. Provide double-nutting at buried locations and where otherwise required on the Drawings. C. Flexible Rubber Spools: I. Install in accordance with manufacturer's instructions. Unless otherwise shown on the Drawings, install flat with one-half the maximum expansion. 2. Connect rubber spools only to full-face metal flanges. 3. Install control rod-compression sleeve assemblies with control rod nuts snug, to relieve stress on adjacent pipe, except at buried locations. Comply with manufacturer's instructions. 4. Paint buried galvanized steel retainer rings, bolts and other appurtenances in accordance with System 8 in Section 09960. 3.03 INSTALLATION OF VALVES AND ACCESSORIES A. Wrap buried valve bodies as specified for flexible couplings and flanged coupling adapters. B. Use reducing fittings where any change in pipe size occurs between valves or accessories and the attached pipeline. Bushings shall not be used, unless Contract No. 5529 15050- 15 Piping, Valves and Accessories Rev. 9/17/15 specifically noted on the Drawings. Use eccentric reducing fittings wherever necessary to provide free drainage of lines. C. Install valves and accessories such that all parts are easily accessible for maintenance and operation. Provide valve boxes for buried valves. D. Where valve handwheels are shown on the Drawings, valve orientation shall be as shown. Where valve handwheels are not shown, orient valves to permit easy access to the handwheels or handles and to avoid interferences. E. Rigidly support pressure switches and connect them to piping and equipment using a suitable flexible linkage that will not permit transmission of vibrations from the piping or equipment to the pressure switches. F. Provide a shutoff valve below each pressure gauge, protective device or air valve unless otherwise specified. G. Connections between ferrous and non-ferrous piping, valves, accessories or pipe supports shall be made using a dielectric coupling, union, or flange. H. Where valves or other pipeline items require metal full-face connecting flanges, provide intermediate flanges if the connecting flange is not adequate. I. Provide a suitable chrome plated escutcheon on pipes passing through walls, floors, ceilings and partitions in finished areas. J. Install link-type seals in cast-in-place metal sleeves or in smooth core drilled holes. Grout both sides flush with non-shrink grout unless otherwise shown on the Drawings. 3.04 INSTALLATION OF PIPE SUPPORTS A. General: 1. Install and adjust supports for each pipeline such that the pipeline is true to the indicated line and grade. 2. Locate anchors and braces for any single support on a continuous structure; that is, not on two sides of a structural expansion joint. 3 Tighten clamps to develop full friction along the pipeline except where loose fitting clamps are called for. 3.05 PIPE AND VALVE IDENTIFICATION A. General: Identify all exposed piping in this project by painting, banding, system name labels, and direction arrows. The color and banding shall be as selected by the Engineer. Identify all buried and exposed valves with tags as specified below. B. Exposed Pipe Identification: Before painting, banding and labeling, pipes shall be identified by the Contractor with temporary wired-on cardboard tags showing the proposed marking for review by the Engineer. C. Piping: Paint all exposed pipes with the appropriate paint system and provide pipe markers per the schedule specified in Section 10400. D. Valves: Provide each buried valve with a valve tag identifying the pipeline contents, and either its valve number, or the area or item served by the valve for valves without a valve number. Contents shall be as designated in the Piping Schedule. Contract No. 5529 15050 - 16 Piping, Valves and Accessories Rev. 9/17/15 3.06 FIELD QUALITY CONTROL A. Factory Quality Control: The Contractor shall test all products as required herein and by the reference specifications. B. The Contractor shall 1. Perform leakage tests. 2. Be responsible for the costs of additional inspection and retesting by the Owner resulting from non-compliance. 3.07 CLEANING A. Prior to testing, thoroughly clean the inside of each completed piping system of all dirt, loose scale, sand and other foreign material. Cleaning shall be by sweeping, flushing with water or blowing with compressed air, as appropriate for the size and type of pipe. Flushing shall achieve a velocity of at least 3 feet per second. The Contractor shall install temporary strainers, temporarily disconnect equipment or take other appropriate measures to protect equipment while cleaning piping. Cleaning shall be completed after any pipeline repairs. 3.08 FIELD TESTING A. General: Perform leakage tests on all pipe installed in this project. Furnish all equipment, material, personnel and supplies to perform the tests and make all taps and other necessary temporary connections. The test pressure, allowable leakage and test medium shall be as specified and as shown in the following Paragraphs. Test pressure shall be measured at the highest point on the line, except that pressure at lowest point shall not exceed pipe manufacturer's rated test pressure, unless specifically noted otherwise. Leakage tests shall be performed on all piping at a time agreed upon and in the presence of the Engineer. All visible leaks shall be repaired, regardless of the test results. The Contractor may purchase water for construction, cleaning, testing, and disinfection of the pipelines from the City at a fire hydran designated by the City. At any connection to the City water system, the Contractor shall provide an air-gap or reduced pressure backflow valve system to prevent backf low into the water source. B. Buried Piping: The leakage test for buried piping shall be made after all pipes are installed and backfilled. However, the Contractor may conduct preliminary tests prior to backfill. If the Contractor elects to conduct preliminary tests, provide any necessary temporary thrust restraint. C. Exposed Piping: All supports, anchors and blocks shall be installed prior to the leakage test. No temporary supports or blocking shall be installed for final test. 0. Accessories: It shall be the responsibility of the Contractor to block off or remove equipment, valves, gauges, etc., which are not designed to withstand the full test pressure. E. Testing Apparatus: Provide pipe taps, nozzles and connections as necessary in piping to permit testing including valves to isolate the new system, addition of test media, and draining lines and disposal of water, as is necessary. These openings shall be plugged in a manner favorably reviewed by the Engineer after use. Provide all required temporary bulkheads. F. Correction of Defects: If leakage exceeds the allowable, the installation shall be repaired or replaced and leakage tests shall be repeated as necessary until Contract No. 5529 15050 - 17 Piping, Valves and Accessories Rev. 9/17/15 conformance to the leakage test requirements specified herein have been fulfilled. All visible leaks shall be repaired even if the pipeline passes the allowable leakage test. G. Reports: The Contractor shall keep records of each piping test, including: 1. Description and identification of piping tested. 2. Test pressure. 3. Date of test. 4. Witnessing by Contractor and Engineer. 5. Test evaluation. 6. Remarks, to include such items as: a. Leaks (type, location). b. Repairs made on leaks. 7. Test reports shall be submitted to the Engineer. H. Venting: Where not shown on the Drawings, the Contractor may install valved "tees" at high points on piping to permit venting of air. Valves shall be capped after testing is completed. I. Testing Specifics: Piping shall be tested as indicated below. All other piping systems shall be tested as required for the pipe type used. Unless specified otherwise, test each system for four hours. I. Allowable leakage is generally none; for PVC, use the following formula: 7400 Where: L = allowable leakage, gallons per hour N = number of joints being tested P = pressure, psi D = nominal pipe diameter, inches J. Testing Specifics: 1. DIPF Type N-2 Pipe: a. Duration: Four hours. b. Pressure: 150 psi. c. Medium: Water/Treated Effluent. d. Allowable Leakage: None. 2. HDPE Type U-1 Pipe: a. Test per ASTM F 2164 and AVVWA M55 b. Duration: Four hours c. Pressure: 150 psi d. Medium: Water e. Allowable Leakage: None. 3. PVC-1 Type V-1 Pipe: a. Liquid Service: 1) Duration: Four hours. 2) Pressure: 150 psi. 3) Medium: Water. 4) Allowable Leakage: None. END OF SECTION Contract No. 5529 15050 - 18 Piping, Valves and Accessories Rev. 9/17/15 SECTION 16010 GENERAL ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Work Included: 1. Provide all required labor, project equipment and materials, tools, construction equipment, safety equipment, transportation, and test equipment, and satisfactorily complete all electrical work shown on the Drawings, included in these Specifications, or required for a complete and fully operating facility. In addition, provide wiring for the equipment that will be provided under other Divisions of these Specifications. 2. Provide all conduit for the Instrumentation and Controls specified in Division 17. Provide all Instrumentation and Control wire that is specified in Division 16. All other necessary Instrumentation and Controls wire shall be provided under Division 17 3. Auxiliary Devices: Provide conduit and wire for power and control for all auxiliary devices such as solenoid valves, pressure switches, and instruments that are included as part of a manufacturer's packaged system (i.e., all systems specified in Divisions 11 through 15). Contractor shall be responsible for conduit and wire to these auxiliary devices even if not specifically shown on the Drawings or specified herein. B. Work Specified in Other Divisions: 1. Division 17: Providing instruments and other equipment specified in Division 17. C. Safety: Conduct operations in accordance with NFPA 70E, Standard for Electrical Safety Requirements for Employee Workspaces. 1.02 SUBMITTALS A. Shop Drawings: 1. General: Submit Product Review or Product information shop drawings for materials and equipment as required under each Specification section. 2. For Product Review submittals, submit a single, complete submittal package for all items specified in a particular Specification section. Submittal packages shall be organized by equipment type. Include separators and tabs or other means of identifying each Specification paragraph (e.g., 2.01, 2.02, etc.) of the submittal. B. As-Built Shop Drawings: Revise manufacturer's shop drawings to show any construction changes. Prior to final acceptance, deliver one complete set to the Engineer for his favorable review. After such review, provide copies of all CAD produced drawings on magnetic media satisfactory to the Engineer in AutoCAD DWG format. Contract No. 5529 16010 - 1 General Electrical Requirements Rev. 9/17/155 C. Manuals: 1. Furnish manuals for equipment where Manuals are specified in the equipment Specifications. Submit manuals in accordance with the requirements of Division 1. 2. In each manual, include equipment descriptions, record shop drawings, operation and maintenance instructions, parts ordering data and ratings for the equipment furnished for this project. D. Spare Parts: For each piece of equipment, submit a list of recommended spare parts. Include part numbers and the name, address, and telephone number of the supplier. 1.03 QUALITY ASSURANCE A. Codes: All electrical equipment and materials, including installation and testing, shall conform to the following applicable codes: 1. National Electrical Code (NEC), applicable edition; 2. State of California Electrical Code 3. National Electrical Safety Code (NESC), recent edition; 4. Occupational Safety and Health Act (OSHA) standards; 5. Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems, International Electrical Testing Association (NETA), recent edition. B. Variances: In instances where two or more codes are at variance, the most restrictive requirements shall apply. C. Standards: Equipment shall conform to applicable standards of American National Standards Institute (ANSI), Electronics Industries Association (EIA), Institute of Electrical and Electronics Engineers (IEEE), and National Electrical Manufacturers Association (NEMA). The revisions of these standards in effect on the date of issuance of the Contract Documents shall apply. D. Underwriters Laboratories (UL) listing is required for all equipment and materials where such listing is offered by the Underwriters Laboratories. Safety labeling and listing by other organizations, such as ETL Testing Laboratories, may be substituted for UL labeling and listing if acceptable to the authority having code enforcement jurisdiction. Provide service entrance labels for all equipment required by the NEC to have such labels. E. Contractor's Expense: Obtain and pay for all required bonds, insurance, licenses, permits and inspections, and pay all taxes, fees and utility charges that will be required for the electrical construction work. 1.04 DRAWINGS A. Drawings: The Electrical Drawings are diagrammatic; exact locations of electrical products shall be verified in the field with the Engineer. Except where special details are used to illustrate the method of installation of a particular piece or type of equipment or material, the requirements or descriptions in this Specification shall take precedence in the event of conflict. Contract No. 5529 16010 - 2 General Electrical Requirements Rev. 9/17/155 1. Locations of equipment, inserts, anchors, motors, panels, pull boxes, manholes, conduits, stub-ups, fittings, lighting fixtures, power and convenience outlets, exterior lighting units and ground wells are approximate unless dimensioned; verify locations with the Engineer prior to installation. Field verify scaled dimensions on Drawings. 2. Review the Drawings and Specification Divisions of other trades and perform the electrical work that will be required for the installations. 3. Should there be a need to deviate from the Electrical Drawings and Specifications, submit written details and reasons for all changes to the Engineer for favorable review. 4. Resolution of conflicting interpretations of the Contract Documents shall conform to Division 1, General Conditions. B. As-Built Drawings: 1. Maintain a complete and accurate record set of Drawings for the electrical construction work. 2. Record all work that is installed differently than shown on the Drawings. 3. Upon completion of the work, transfer all marked changes to a clean set of full- size Drawings with red ink. Mark the Drawings "AS-BUILT DRAWINGS" and submit them to the Engineer when the electrical work is completed. 4. Locate all underground conduits by accurate field-measured dimensions from walls and corners, etc., of surrounding structures. 1.05 FACTORY TESTS A. Submit reports of factory tests and adjustments performed by equipment manufacturers to the Engineer prior to field testing and adjustment of the equipment. These reports shall identify the equipment and show dates, results of tests, measured values and final adjustment settings. Provide factory tests and adjustments for equipment where factory tests are specified in the equipment Specifications. 1.06 INSPECTIONS A. The Engineer and/or Owner's representative may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so that an inspection can be arranged at the factory. B. Inspection of the equipment at the factory by the Engineer and/or Owner's representative will be made after the manufacturer has performed satisfactory checks, adjustments, tests and operations. C. Favorable review of the equipment at the factory only allows the manufacturer to ship the equipment to the project site. The Contractor shall be responsible for the proper installation and satisfactory startup operation of the equipment to the satisfaction of the manufacturer and the Engineer. 1.07 COORDINATION A. Coordinate the electrical work with the other trades, code authorities, utilities, and the Owner. Contract No. 5529 16010 - 3 General Electrical Requirements Rev. 9/17/155 B. Where connections must be made to existing installations, properly schedule all the required work, including the power shutdown periods. Schedule and carry out shutdowns so as to cause the least disruption to operation of the plant and privately owned facilities. C. When two trades join together in an area, make certain that no electrical work is omitted. 1.08 JOB CONDITIONS A. Operations: 1. Keep all power shutdown periods to a minimum. 2. Carry out shutdowns only after the schedule has been favorably reviewed by the Engineer. B. Construction Power: 1. Make all arrangements for the required construction power. 2. When required, provide all equipment, materials and wiring in accordance with the applicable codes and regulations. 3. Upon completion of the project, remove all temporary construction power equipment, material and wiring from the site as the property of the Contractor. C. Storage: Provide adequate storage for all equipment and materials which will become part of the completed facility so that it is protected from weather, dust, water, or construction operations. 1.09 ELECTRICAL AND TELEPHONE SERVICES A. Provide all the equipment and materials not provided by the utility companies for permanent electrical and telephone services at the locations shown on the Drawings and described hereinafter. All work shall meet the requirements of the serving utility companies. B. Coordinate all work with the serving utilities, obtain the required inspections, and notify the respective utility when service is required. 1.10 DAMAGED PRODUCTS A. Notify the Engineer in writing in the event that any equipment or material is damaged. B. Obtain prior favorable review by the Engineer before making repairs to damaged products. 1.11 OPTIONAL EQUIPMENT A. For optional or substituted equipment, refer to Division 1, General Conditions. Contract No. 5529 16010 - 4 General Electrical Requirements Rev. 9/17/155 1.12 LOCATIONS A. General: Use equipment, materials and wiring methods suitable for the types of locations in which they are located, as defined in Paragraph B. herein. B. Definitions of Types of Locations: 1. Dry Locations: All those indoor areas which do not fall within the definitions below for Wet, Damp, Hazardous, or Corrosive Locations and which are not otherwise designated on the Drawings. 2. Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Drawings. 3. Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank, unless otherwise designated on the Drawings. 4. Hazardous Locations: All areas in which fire or explosion hazards may exist, normally or accidentally, due to flammable gases or vapors, flammable liquids, combustible dust, or ignitable fibers or flyings. These areas are shown on the Drawings, together with the Class and Division designations as defined in the NEC, determining the enclosure types and wiring methods required. 5. Corrosive Locations: Areas where chemical is stored or processed including chlorine or sulfur dioxide gas under pressure. PART 2- PRODUCTS 2.01 STANDARD OF QUALITY A. Products that are specified by manufacturer, trade name or catalog number establish a standard of quality and do not prohibit the use of equal products of other manufacturers provided they are favorably reviewed by the Engineer prior to installation. B. It is the intent of these Specifications and Drawings to secure high quality in all materials and equipment in order to facilitate operation and maintenance of the facility. All equipment and materials shall be new and the products of reputable suppliers having adequate experience in the manufacture of these particular items. For uniformity, only one manufacturer will be accepted for each type of product. All equipment shall be designed for the service intended and shall be of rugged construction, of ample strength for all stresses, which may occur during fabrication, transportation, erection, and continuous or intermittent operation. All equipment shall be adequately stayed, braced and anchored and shall be installed in a neat and workmanlike manner. Appearance and safety, as well as utility, shall be given consideration in the design of details. C. All components and devices installed shall be standard items of industrial grade, unless otherwise noted, and shall be of sturdy and durable construction suitable for long, trouble-free service. Light-duty, fragile and competitive grade devices of doubtful durability shall not be used. Contract No. 5529 16010 - 5 General Electrical Requirements Rev. 9/17/155 2.02 NAMEPLATES A. For each piece of electrical equipment, provide a manufacturer's nameplate showing his name, location, the pertinent ratings and the model designation. B. Identify each piece of equipment and related controls with a rigid laminated engraved phenolic nameplate. Engrave nameplates with the inscriptions indicated on the Drawings and, if not so indicated, with the equipment name. Securely fasten nameplates in place using two stainless steel screws or, where favorably reviewed by the Engineer, with epoxy cement. Where no inscription is indicated on the Drawings, furnish nameplates with an appropriate inscription furnished by the Engineer upon prior request by the Contractor. C. Each control device, including pushbuttons, control switches, and indicating lights, shall have an integral legend plate or nameplate indicating the device function. These shall be inscribed as indicated on the Drawings or as favorably reviewed by the Engineer. 2.03 FASTENERS A. Fasteners for securing equipment to walls, floors and the like shall be either hot-dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive Locations. When fastening to existing walls, floors, and the like, provide capsule anchors, not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is 3/8-inch. 2.04 PAINTING A. Equipment: Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. Repair any final paint finish, which has been damaged or is otherwise unsatisfactory, to the satisfaction of the Engineer. B. Wiring System: Paint all exposed conduits, boxes and fittings to match the color of the surface to which they are affixed. Paint finishes shall include proper surface preparation, prime coat and a final finish coat, and shall conform to Section 09960. 2.05 ENCLOSURES A. Unless otherwise noted, provide enclosures as follows: 1. Dry Locations: NEMA Type 1 2. Wet Locations: NEMA Type 4X 3. Damp Locations: NEMA Type 12 4. Hazardous Locations (gases): NEMA Type 7 5. Hazardous Locations (dusts): NEMA Type 9 6. Corrosive Locations: NEMA Type 4X 7. See additional requirements below in Paragraph 3.08, Metal Panels. PART 3- EXECUTION Contract No. 5529 16010 - 6 General Electrical Requirements Rev. 9/17/155 3.01 REQUIREMENTS A. All electrical installations shall conform to the codes and standards outlined in this Section. 3.02 WORKMANSHIP A. Assign a qualified representative who shall supervise the electrical construction work from beginning to completion and final acceptance. B. Perform all labor using qualified craftsmen, who have had experience on similar projects. C. Install all equipment in a neat and workmanlike manner as required by the NEC, following NECA 1 - Standard Practices for Good Workmanship in Electrical Construction. D. Ensure that all equipment and materials fit properly in their installations. E. Perform any required work to correct improperly fit installations at no additional expense to the Owner. 3.03 EXCAVATION AND BACKFILL A. Provide the excavations for electrical equipment foundations and trenches for conduits as shown on the Drawings. B. Exercise caution during all excavation work and avoid damage to existing underground pipes. Exercise extreme caution when working near existing electrical conduits and facilities. Field verify the location of all electrical facilities before proceeding with any nearby work. C. Refer to Division 2, Earthwork, of these Specifications for all excavation and backfilling work. 3.04 CONCRETE A. Where shown on the Drawings or specified, provide the required concrete installations for conduit encasement and equipment foundations. 3.05 CONDUCTOR IDENTIFICATION A. Identify all wires and cables in conformance with the requirements of Sections 16120 and 16124. This requirement applies to all equipment provided under this contract, regardless of Division, as well as to all conductors provided or worked on during this contract. 3.06 INSTALLING EQUIPMENT A. Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. Contract No. 5529 16010 - 7 General Electrical Requirements Rev. 9/17/155 B. Install all floor-mounted equipment on 3-inch-high reinforced concrete pads. The Contractor, suppliers, and fabricators shall take this requirement into consideration when designing, fabricating, and installing panels, motor control centers, and other enclosures so that height above the floor of the operating handles of electrical devices meets the requirements of these Specifications and applicable codes. C. Seismic Anchoring: Refer to Section 01190 for equipment certification and anchorage design. 3.07 CUTTING, DRILLING, AND WELDING A. Provide any cutting, drilling, and welding that is required for the electrical construction work. B. Structural members shall not be cut or drilled, except when favorably reviewed by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. C. Provide the required welding for equipment supports. Conduits and fittings shall not be welded to structural steel. D. Perform patch work with the same materials as the surrounding area and finish to match, as specified in Division 3 of these Specifications. 3.08 METAL PANELS A. Mount all metal panels which are mounted on or abutting concrete walls in damp locations or any outside walls 1/4-inch from the wall, and paint the back sides of the panels with a high build epoxy primer. Film thickness shall be 10 mils minimum. 3.09 FIELD TESTS A. Perform tests in accordance with applicable procedures as described in NETA Acceptance Testing Specifications. B. Give sufficient notice to the Engineer prior to any test to permit witnessing the test. C. Where testing pursuant to NETA requirements is required in these specifications, submit a test report which includes the following: 1. Name of project, name of person performing test, and date of test 2. Description of equipment tested 3. Description of test 4. List of test equipment used and calibration date 5. Test results 6. Conclusions and recommendations 7. Appendix, including appropriate test forms The test report shall be bound and its contents certified. Submit the completed report directly to the Engineer no later than thirty (30) days after completion of the test unless directed otherwise. Number of reports to be submitted for review shall be the same as the number required for shop drawing submittals. Contract No. 5529 16010 - 8 General Electrical Requirements Rev. 9/17/155 D. Safety practices shall include, but are not limited to, the following requirements: 1. Occupational Safety and Health Act of, OSHA. 2. Accident Prevention Manual for Industrial Operations, Seventh Edition, National Safety Council, Chapter 4. 3. Applicable state and local safety operating procedures. E. All field tests shall be performed with apparatus de-energized except where otherwise specifically required by Section 7 of the latest Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems published by NETA. The testing laboratory shall have a designated safety representative who shall be present on the project and supervise operations with respect to safety. Circuits operating in excess of 600 volts between conductors shall have conductors shorted to ground by a hot-line grounded device approved for the purpose. In all cases, work shall not proceed until the safety representative has determined that it is safe to do so. The testing laboratory shall have available sufficient protective barriers and warning signs to conduct specified test safely. F. Electrical equipment and materials furnished and installed by the Contractor, and the testing equipment listed below shall be tested in accordance with the "Inspection and Test Procedures" and "System Function Tests" (Section 7) of the latest Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems published by NETA. Tests shall not include any tests listed as optional in the aforementioned NETA Specifications unless specifically noted in respective equipment specifications for this project. G. Retesting will be required for all unsatisfactory tests after the equipment or system has been repaired. Retest all related equipment and systems if required by the Engineer. Repair and retest equipment and systems, which have been satisfactorily tested but later, fail, until satisfactory performance is obtained. H. Putting Equipment and Cables into Service: Submittal and favorable review of the specified factory and field tests shall occur before the Contractor is permitted to place the respective equipment or cable into service. I. Miscellaneous Tests 1. Insulation Resistance, Continuity, Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment including all motors 1/2 horsepower and larger prior and in addition to tests performed by the testing laboratory specified herein. Supply a suitable and stable source of test power to the test laboratory at each test site. The testing laboratory shall specify requirements. Notify the testing laboratory when equipment becomes available for acceptance tests. Work shall be coordinated to expedite project scheduling. All testing shall be performed in the presence of the Engineer. The testing laboratory shall be responsible for implementing all final settings and adjustments on protective devices and tap changes. Any system material or workmanship that is found defective on the basis of acceptance tests shall be reported directly to the Engineer. The testing laboratory shall maintain a written record of all tests and upon completion of project, assemble and certify a final test report. Contract No. 5529 16010 - 9 General Electrical Requirements Rev. 9/17/155 2. Operational Tests: Operationally test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full- time service. Demonstrate the proper functioning of circuits in all modes of operation, including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems in the local master control panel and Mission monitoring service. 3.12 EQUIPMENT PROTECTION A. Exercise care at all times after installation of equipment, motor control centers, etc., to keep out foreign matter, dust, dirt, debris, or moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection. 3.13 CLEANING EQUIPMENT A. Thoroughly clean all soiled surfaces of installed equipment and materials. B. Clean out and vacuum all construction debris from the bottom of all equipment. C. Provide and touch-up to original condition any factory painting that has been marred or scratched during shipment or installation, using paint furnished by the equipment manufacturer. 3.14 CLEANUP A. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean, and acceptable to the Engineer. END OF SECTION Contract No. 5529 16010 - 10 General Electrical Requirements Rev. 9/17/155 SECTION 16110 CONDUIT, RACEWAYS AND FITTINGS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Provisions: Applicable provisions of Section 16010 become a part of this Section as if repeated herein. B. Work specified in other Divisions: 1. Division 2: Excavation and Backfill of Trenches 2. Division 3: Concrete Emplacement 1.02 REFERENCE STANDARDS A. American National Standards Institute (ANSI) Publications: 1. C80.1 Specification for Zinc Coated Rigid Steel Conduit 2. C80.3 Specifications for Zinc Coated Electrical Metallic Tubing 3. C80.5 Specifications for Rigid Aluminum Conduit B. Federal Specifications (FS): 1. FS W-C-1094 W-C-1094A Conduit and Conduit Fittings, Plastic, Rigid 2. FS WW-C-540 WW-C-540A Conduit, Metal, Rigid, (Electrical, Aluminum) WW-C-540C Conduit, Metal, Rigid & Coupling, Elbow & Nipple, Electrical Conduit, Aluminum 3. FS WW-C-563 WW-C-563A Electrical Metallic Tubing 4. FS WW-C-566 WW-C-566C Flexible Metal Conduit 5. FS WW-C-581 WW-C-581E Intermediate Rigid Metal Conduit, Zinc Coated C. National Electrical Manufacturers Association (NEMA) Publications: 1. RN 1 Polyvinyl Chloride Externally Coated Galvanized Rigid Steel Conduit and Electrical Metallic Tubing 2. TC 6 PVC and ABS Plastic Utilities Duct for Underground Installation 3. TC 14 Filament-Wound Reinforced Thermosetting Resin Conduit D. Underwriters Laboratories (UL) Standards: 1. 6 Rigid Metal Electrical Conduit 2. 360 Liquid-Tight Flexible Steel Electrical Conduit 3. 651 Electrical Rigid Nonmetallic Conduit 4. 651A Type EB and A Rigid PVC Conduit and HDPE Conduit 5. 797 Electrical Metallic Tubing 6. 1242 Intermediate Metal Conduit 1.03 SUBMITTALS A. Submit material or equipment data in accordance with the Product Information category of the General Conditions and the submittal requirements of Section 16010. Contract No. 5529 16110 - 1 Conduit, Raceways and Fittings Rev. 9/17/15 1.04 LOCATIONS A. Refer to Section 16010 for definitions of types of locations. PART 2 - PRODUCTS 2.01 CONDUIT, RACEWAYS A. General: 1. Rigid steel conduit shall be used in all conduit systems, except where otherwise shown on the Drawings, where flexible conduit is required, or where these Specifications require, or allow the use of polyvinyl chloride (PVC) conduit, or aluminum conduit. 2. The minimum size raceway shall be 3/4-inch unless indicated otherwise on the Drawings. B. Rigid Galvanized Steel Conduit (RGS) shall be hot-dip galvanized after fabrication, conforming to ANSI C80.1 and UL 6. Couplings shall be threaded type. C. Where PVC coated rigid steel conduit is called for, it shall be hot-dip galvanized, conforming to NEMA RN 1, with factory-applied PVC coating 40 mils thick. D. Flexible Conduit: 1. Flexible metal conduit shall be liquid-tight, shall have a moisture- and oil-proof PVC jacket extruded over a galvanized, flexible steel conduit, and shall conform to UL 360. 2. Flexible conduit for hazardous locations shall be UL listed for the applicable Class, Division, and Group. E. Rigid Nonmetallic Conduit: Rigid nonmetallic conduit shall be PVC Schedule 40 (PVC-40) conduit approved for underground use and for use with 90°C wires, and shall conform to UL 651. F. Ducts: Ducts shall be PVC, Type EB, UL listed for concrete encased burial, conforming to NEMA Standard TC6 and UL 651A, and rated at 90°C. Base and intermediate spacers shall be interlocking plastic type made for the specific sizes of ducts used. Duct spacing shall be 7-1/2-inch center-to-center. 2.02 CONDUIT SUPPORTS A. Supports for individual conduits shall be galvanized malleable iron one-hole type with conduit back spacer. B. Supports for multiple conduits shall be hot-dip galvanized Unistrut or Superstrut channels, or equal. All associated hardware shall be hot-dip galvanized. C. All channels, strut, threaded rods, nuts and clamps in corrosive areas shall be of epoxy resin reinforced fiberglass material. Provide Robroy, Superstrut, or equal. Contract No. 5529 16110 - 2 Conduit, Raceways and Fittings Rev. 9/17/15 2.03 FITTINGS A. Fittings for use with rigid steel (RGS) shall be hot dipped galvanized steel or galvanized cast ferrous metal; access fittings shall have gasketed cast covers and be Crouse-Hinds Condulets, Appleton Unilets, or equal. Provide threaded-type couplings and connectors; set-screw type and compression-type are not acceptable. B. Fittings for use with PVC coated RGS shall conform to the requirements for RGS fittings as indicated above. The inside and thread shall be coated with a 2 mil urethane coating, and the outside shall have a PVC coating not less than 40 mils thick. C. Fittings for use with either rigid nonmetallic conduit or duct shall be PVC and have solvent-weld-type conduit connections. If such are not available, then the Specification for PVC coated galvanized rigid steel fittings shall apply. D. Fittings for flexible conduit shall be Appleton Type ST, O-Z Gedney Series 4Q, or equal. E. Union couplings for conduits shall be the Erickson type and shall be Appleton Type EC, O-Z Gedney 3-piece Series 4, or equal. Threadless couplings shall not be used. F. Bushings: 1. Bushings shall be the insulated type. 2. Bushings for rigid steel or IMC shall be hot dip galvanized insulated grounding type, O-Z Gedney Type HBLG, Appleton Type GIB, or equal. G. Conduit seals shall have zinc electroplate and shall be Crouse-Hinds Type EYS or EZS; Appleton Type EYS, ESU, or EY series; or equal. 2.04 CONDUIT SEALANTS A. Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, non-hardening, putty type hand applied material providing an effective barrier under submerged conditions. B. Fire Retardant Types: Fire stop material shall be a reusable, non-toxic, asbestos- free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. 2.05 WARNING TAPE A. Provide electrical warning tape in duct bank as shown on the Drawings. The tape shall be 6 inches wide, red with black lettering stating "CAUTION BURIED ELECTRIC LINE." The tape shall be made of 6-mil polymer with 8,000 psi tensile strength. Contract No. 5529 16110 - 3 Conduit, Raceways and Fittings Rev. 9/17/15 PART 3- EXECUTION 3.01 CONDUIT, RACEWAY AND FITTING INSTALLATION A. From pull point to pull point, the sum of the angles of all of the bends and offsets shall not exceed 270 degrees unless approved by the Engineer. B. For power, control and signal circuits, provide conduit per Conduit Use Tables below, unless specifically indicated otherwise on the Drawings: 1. Exception: For raceways leaving a building above grade and then going below grade, provide PVC-coated RGS from a point 3 feet above grade to a point 5 feet from the building wall. C. At all boxes and equipment, provide insulated type metallic grounding bushings for metallic conduits. Bond together all conduits to provide continuity of the equipment grounding system. Size bonding conductor per code. D. Provide flexible conduit in lengths of not more than 18 inches at connections to motors, valves and any equipment subject to vibration or relative movement. E. Conduits embedded in concrete floors on grade shall be installed between grids of reinforcing steel, or shall be encased below the floors, provided the concrete is thickened in a manner satisfactory to the Engineer. The maximum conduit size in slabs shall not exceed 14/2 inches unless approved by the Engineer. Installation of conduit below the bottom of this slab shall be encased in concrete.. F. Underground Raceways: Where practical, slope all underground raceways to provide drainage; for example, slope conduit from equipment located inside a building to the handhole located outside the building. For additional requirements see Section 16402. G. Conduit Supports: Properly support all conduits as required by the NEC. Run all conduits exposed except where the Drawings indicate that they are to be embedded in the floor slab, walls, or ceiling, or to be installed underground. 1. Exposed Conduits: a. Support exposed conduits within 1 foot of any outlet and at intervals not exceeding NEC requirements; wherever possible, group conduits together and support on common supports. Support exposed conduits fastened to the surface of the concrete structure by one-hole clamps, or with channels. Use conduit spacers with one-hole clamps. Coordinate conduit locations with piping, equipment, fixtures, and with structural and architectural elements. Conduits attached to walls or columns shall be as unobtrusive as possible and shall avoid windows. Run all exposed conduits parallel to building lines. b. Group together exposed conduits in horizontal runs located away from walls and support on trapeze hangers. Arrange such conduits uniformly and neatly. Trapeze hangers shall consist of channels of adequate size, suspended by means of rods or other suitable means from the ceiling or from pipe hangers. Install such runs so as not to interfere with the operation of valves or any other equipment, and keep at least 6 inches Contract No. 5529 16110 - 4 Conduit, Raceways and Fittings Rev. 9/17/15 clear of any pipe which may operate at more than 100°F. Treat cut surfaces or damaged ends with corrosion-resistant coatings such as "Devcon Z", prepared by Subox Coatings; "Galvanox Type I", prepared by Pedley-Knowles; or equal. Application shall follow manufacturer's recommendation. 2. Conduits Embedded in Concrete: Provide concrete cover at least equal to that of the reinforcing steel, space at 3 conduit diameters apart except where they cross at angles greater than 45 degrees, and install so as not to reduce the structural integrity of the concrete element. H. When expansion joints are crossed, whether conduit is embedded or exposed, provide watertight expansion fittings and bonding jumpers. In hazardous locations, provide Crouse-Hinds UNF/UNV, Appleton, or equal. In unclassified locations, provide Crouse-Hinds XD, Appleton, or equal. I. Spare Raceways: After completing a conduit run between manholes, handholes, or pullboxes, prove the integrity of the conduit run. Use an air compressor to blow in a pull-line, then use the pull-line to pull a mandrel through the entire conduit run. Install a new 3/16-inch nylon, 800 pound test pull-line which has tape measure marking every foot to indicate length. Plug the ends of the conduit, with conduit cap plugs. J. All penetrations through walls into or out of corrosive locations where the corrosive agent is gaseous, as defined in Section 16010 shall be made gas-tight. In concrete walls, pour concrete after the conduit is in place, if possible. If not, core drill concrete or CMU walls, install conduit with a sealing bushing as shown on the drawings. Install conduit seal in each conduit near the penetration. K. All conduit penetrations through interior walls and floors shall be sealed with bushings as shown on the drawings. L. Conduit Seals: 1. Moisture Seals: Provide in accordance with NEC Paragraph 300-5(g). 2. Gas Seals: Provide in accordance with NEC Paragraph 501-5. M. Conduit shall not be supported from T-bar ceiling suspension wires. N. Conduits shall not penetrate beams, columns or building footings unless approved by the Engineer. Generally, concealed conduits shall be installed below building footings. 0. Flexible metallic conduit shall have a maximum length of 6 feet. Flexible metallic conduit shall not be considered as a ground conductor. Flexible metallic conduit shall only be installed in exposed or accessible locations. P. Rigid PVC conduit shall be stored on a flat surface and shielded from the sun. END OF SECTION Contract No. 5529 16110 - 5 Conduit, Raceways and Fittings Rev. 9/17/15 SECTION 16120 LOW VOLTAGE WIRE AND CABLE PART 1 - GENERAL 1.01 DESCRIPTION A. Provisions: Applicable provisions of Section 16010 become a part of this Section as if repeated herein. B. Related Work Described Elsewhere: Division 17. 1.02 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM): 1. B3-74 Specification for Soft or Annealed Copper Wire 2. B8-77 Specification for Concentric Lay Stranded Copper Conductors, Hard, Medium-Hard, or Soft 3. B173-71 Specification for Rope Lay Stranded Copper Conductors Having Concentric Stranded Members B. Insulated Cable Engineers Association (ICEA): 1. S-66-524 Cross-Linked Thermosefting Polyethylene Insulated Wire and Cable C. International Electrical Testing Association (NETA); 1. ATS Acceptance Testing Specifications D. Underwriters Laboratories (UL) Standards: 1. 44 Thermoset- Insulated Wire and Cable 2. 62 Flexible Cords and Fixture Wire 3. 83 Thermoplastic-Insulated Wires and Cables 4. 510 Insulating Tape 5. 719 Non-Metallic Sheath Cable 6. 1063 Stranded Conductors for Machine Tool Wires and Cables 1.03 SUBMITTALS A. Submit material or equipment data in accordance with the Product Information category of the General Conditions and the submittal requirements of Section 16010. 1.04 LOCATIONS A. Refer to Section 16010 for definitions of types of locations. Contract No. 5529 16120 - 1 Low Voltage Wire and Cable Rev. 9/17/15 PART 2 - PRODUCTS 2.01 CONDUCTORS A. General: All conductors shall be copper. Wire or cable not specifically shown on the Drawings or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. All insulated conductors shall be identified with printing colored to contrast with the insulation color. C. Power and Control Conductors, 600 Volts and Below: 1. Stranded copper wire shall be 600 volt Type THWN, Class B stranding, sizes #14 AWG and larger. 2. Fixture wire shall be 600 volt, silicone rubber insulated, 200°C, UL Type SF-2, with stranded copper conductors. 3. Power cords shall be 600 volt, 2-conductor plus ground, Type SO, hard service, of adequate length and with grounding type plug attached, rated in amperes as shown on the Drawings. 4. Control cords shall be 600 volt, Type P, with conductor count, termination type, and additional details as shown on the Drawings. 5. Control cable (CC) in conduit shall be 90°C, 600 volt, UL listed multiconductor tray cable, Type TC. Individual conductors shall be #14 AWG, unless otherwise noted. CC shall have 15 mils PVC insulation and 4 mils nylon over individual conductors; outer jacket shall be 45 mils thickness for up to 7 conductor cables and 60 mils for 9 through 19 conductor cables. Control cables shall be Dekoron; Okonite; or equal. 2.02 SPLICES AND TERMINATIONS OF CONDUCTORS A. Splices: 1. Wire and Cable Splicing Materials and Applications: a. For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. They shall be UL listed and suitable for connecting two to four solid copper conductors of #14 or #12 AWG size or two or three #10 AWG solid copper conductors. b. All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors. They shall be UL listed. c. Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. They shall be UL listed and of the split bolt or bolted split sleeve type in which the bolt or set screw does not bear directly on the conductor. d. All Equipment: Epoxy splice kits shall include epoxy resin, hardener, and mold, and shall be suitable for use in wet locations and hazardous locations. B. Terminations: 1. Low Voltage Terminations: Contract No. 5529 16120 - 2 Low Voltage Wire and Cable Rev. 9/17/15 a. Crimp type terminals shall be UL listed, self-insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. b. Terminal lugs shall be UL listed and of the split bolt or bolted split sleeve type in which the bolt or set screw does not bear directly on the conductor. Tongues shall have NEMA standard drilling. c. Crimp with manufacturer recommended ratchet-type tool with calibrated dies. Hand crimping tools are not acceptable. C. Tape used for splices and terminations shall be compatible with the insulation and jacket of the cable and shall be of plastic material. Tape shall conform with UL 510. D. Wire markers shall be heat shrink type (Raychem; T&B; or equal). Wire numbers shall be permanently imprinted on the markers with an inkjet printer. Handwritten numbers are not acceptable. PART 3- EXECUTION 3.01 CONDUCTOR INSTALLATION A. Provide the following types and sizes of conductors for the uses indicated for 600 volts or less: 1. Stranded Copper, Sizes #12 and #10 AWG: As shown on the Drawings for circuits for receptacles, switches and light fixtures with screw-type terminals. 2. Stranded Copper, Size #14 AWG and Larger, Individual Conductors or CC: As shown on the Drawings for the control of motors or other equipment. Size #14 shall not be used for power supplies to any equipment. 3. Stranded Copper, Sizes #12 AWG and Larger: As shown on the drawings for motors and other power circuits. 4. Fixture Wire: For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. 5. Machine tool wiring shall be Type MTW, 600 V B. Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: 1. 120/208 Volt, 3 Phase: Red, black and blue. 2. 277/480 Volt, 3 Phase: Yellow, brown and orange. 3. 120/240 Volt, 1 Phase: Red and black. 4. 24 Vdc: Black and Red C. Color coding shall be in the conductor insulation for all conductors #10 AWG and smaller; for larger conductors, color shall be either in the insulation or in colored plastic tape applied at every location where the conductor is readily accessible (e.g., enclosures, pullboxes, and junction boxes). D. Exercise care in pulling wires and cables into conduit so as to avoid kinking, putting undue stress on the cables or otherwise abrading them. No grease will be permitted in pulling cables. Only soapstone, talc, or UL listed pulling compound will be permitted. The raceway construction shall be complete and protected from the Contract No. 5529 16120 - 3 Low Voltage Wire and Cable Rev. 9/17/15 weather before cable is pulled into it. Swab conduits before installing cables and exercise care in pulling, to avoid damage to conductors. E. Cable bending radius shall be per applicable code. Install feeder cables in one continuous length unless splices are favorably reviewed. F. Provide an equipment grounding conductor, whether or not it is shown on the Drawings, in any flexible conduit or any raceway in which all or any portion of a run consists of non-metallic duct or conduit. For flexible conduit, an external bonding jumper is an acceptable alternative. G. In panels, bundle incoming wire and cables, No. 6 AWG and smaller, lace at intervals not greater than 6 inches, neatly spread into trees and connect to their respective terminals. Allow sufficient slack in cables for alterations in terminal connections. Perform lacing with plastic cable ties or linen lacing twine. Where plastic panel wiring duct is provided for cable runs, lacing is not necessary when the cable is properly installed in the duct. H. For cables crossing hinges, utilize extra flexible stranded wire, make up into groups not exceeding 12, and arrange so that they will be protected from chafing and excess flexing when the hinged member is moved. 3.02 CONDUCTOR SPLICES AND TERMINATIONS A. Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices, when permitted, and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: 1. Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. B. Terminations: 1. Terminate stranded #14 wire using crimp type terminals where not terminated in a box lug type terminal. Terminals must be coordinated with type of terminal board where provided. 2. Termination of control cords at multi-pin plugs or receptacles as shown on the Drawings shall be made according to the connector manufacturer's requirements. Coordinate the selection of cord-mounted plug with the control cord as indicated above to ensure a watertight seal around the cord's outer jacket. 3.03 CONDUCTOR IDENTIFICATION A. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and Contract No. 5529 16120 - 4 Low Voltage Wire and Cable Rev. 9/17/15 the motor control unit terminal number. Identify other circuits as shown in the circuit schedule or as favorably reviewed by the Engineer. B. Conductor numbering shall be coordinated with the Interconnection Diagrams specified in Section 17010. C. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. 3.04 FIELD TESTS A. Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motor circuits over 1/2 horsepower, test cables per NETA Standards. The insulation resistance shall be 100 megohms or more. Submit results for review. See also Section 16010. B. Phase Rotation: The phase rotation of all circuits shall be clockwise in sequence. The Contractor shall verify that each three-phase service, feeder and branch circuits meet this requirement. A record shall be kept at each circuit tested and, on completion, given to the Engineer for review. END OF SECTION Contract No. 5529 16120 - 5 Low Voltage Wire and Cable Rev. 9/17/15 SECTION 16124 SIGNAL CABLE PART 1 - GENERAL 1.01 SECTION INCLUDES A. Provisions: Applicable provisions of Section 16010 become a part of this Section as if repeated herein. B. Related Work Described Elsewhere: 1. Division 17: Instrumentation and Controls 1.02 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM): 1. B8 Concentric Lay Stranded Copper Conductors, Hard, Medium-Hard, or Soft, Specification for B. Institute of Electrical and Electronic Engineers (IEEE): 1. 383 Shielded Instrumentation Cable, Specifications for C. Rural Electrification Administration (REA): 1. PE-39 Specification for Filled Telephone Cables D. Underwriters Laboratories Incorporated (UL): 1. 13 Power Limited Circuit Cable Class 2, Specifications for (Bulletin) 2. 83 Thermoplastic Insulated Wires and Cables 3. 444 Communication Cables E. ANSITTIA/EIA-568-C.2: Telecommunications Cabling Standard. 1.03 SUBMITTALS A. Submit material or equipment data in accordance with the Product Information category of the General Conditions and the submittal requirements of Section 16010. PART 2- PRODUCTS 2.01 TWISTED SHIELDED PAIRS (TSP) A. Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type TC cable suitable for direct burial. Each TSP shall consist of two #16 AWG, 7-strand copper conductors per ASTM B8 with 15 mils PVC insulation. Conductors shall be twisted with 2-inch or shorter lay, with 100% foil shielding and tinned copper drain wires. Each pair shall have a 35-mil-thick outer jacket. Cable shall be rated at 90°C and for operation of 300 volts. Provide Belden; Dekoron; or equal. Contract No. 5529 16124 - 1 SIGNAL CABLE Rev. 9/17/15 2.02 SPECIAL CABLES A. Special signal cables required for exposed, removable locations shall be unarmored, 600 volt, Type P, with conductor count, termination type, and additional details as shown on the Drawings. Deviations must be favorably reviewed by the Engineer. PART 3- EXECUTION 3.01 CABLE INSTALLATION A. Signal cable shall be installed by personnel who have had a minimum of 3 years experience in terminating and splicing twisted shielded conductors and co-axial cables. B. Adequate care shall be exercised by the installers to prevent cable damage or sheath distortion. Bending radius shall not be less than 10 times the cable O.D. C. Cables shall be continuous from initiation to termination without splices. D. Cable shielding shall be grounded at one end only of the cable. Bonding shall be to a single ground point only. Bonding from cable to cable in multiple run installations shall not be permitted. E. Heat shrinkable sleeving shall be installed on all cables to insulate shielding at the ungrounded cable terminations. F. Manufacturer's cable pulling tension shall not be exceeded. 3.02 CONDUCTOR SPLICES AND TERMINATIONS A. Splices: Splices will not be permitted. B. Terminations: 1. Crimp-type terminals shall be UL listed, self-insulating, sleeve type with ring or rectangular tongue, suitable for size and material of the wire to be terminated and for use with either stranded or solid wire. Spade type lugs are acceptable with telephone (TO) cable systems only. 2. Crimp with manufacturer's recommended ratchet-type tool with calibrated dyes. Hand crimping tools are not acceptable. 3. Termination of signal cables at multi-pin plugs or receptacles as shown on the Drawings shall be made according to the connector manufacturer's requirements. Coordinate the selection of cord-mounted plug with the special signal cables as indicated above to ensure a watertight seal around the cable's outer jacket. Contract No. 5529 16124 - 2 SIGNAL CABLE Rev. 9/17/15 3.03 CONDUCTOR IDENTIFICATION A. Identify each wire or cable at each termination, in each pullbox, and in each handhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule or as favorably reviewed by the Construction Manager. Conductor numbering shall be coordinated with the Interconnection Diagrams specified in Division 17. B. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. 3.04 FIELD TESTS A. Insulation Resistance Tests: Perform insulation resistance tests on all circuits. Make these tests before any equipment has been connected. Test the insulation with a 300 Vdc insulation resistance tester with a scale reading 100 megohms. The insulation resistance shall be 100 megohms or more. Submit results for review. B. Heat shrinkable sleeving shall be installed on all cables to insulate shielding at the ungrounded cable terminations. END OF SECTION Contract No. 5529 16124 - 3 SIGNAL CABLE Rev. 9/17/15 SECTION 16130 BOXES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Provisions: Applicable provisions of Section 16010 become part of this Section as if repeated herein. B. Work Included: 1. Installation of all necessary outlet boxes for wiring devices, lighting fixtures, and signal equipment as noted on the Drawings. 2. Installation of junction boxes as required for the consolidation of conduit runs. 3. Installation of pull boxes as necessary to aid in pulling in conductor. 1.02 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) Publication: 1. A123 Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products B. Federal Specifications (FS): 1. W-C-586 Conduit Outlet Boxes, Bodies, and Entrance Caps, Electrical, Cast Metal 2. W-J-800 Junction Box, Extension, Junction Box Cover, Junction Box (Steel, Cadmium or Zinc Coated) C. Underwriters Laboratories, Inc. (UL) Publications: 1. 50 Electrical Cabinets and Boxes 2. 514 Outlet Boxes and Fittings 1.03 SUBMITTALS A. Submit material or equipment data in accordance with the Product Information category of the General Conditions and the submittal requirements of Section 16010. PART 2 -PRODUCTS 2.01 OUTLET, JUNCTION AND PULL BOXES A. Sheet Metal Boxes: Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming to ASTM A123. Outlet boxes and switch boxes shall be designed for mounting flush wiring devices. Boxes and box extension rings shall be provided with knockouts. Boxes shall be formed in one piece from carbon-steel sheets. Outlet boxes shall not be less than 4 inches square and 1-1/2 inches deep. Ceiling boxes shall withstand a vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for 5 minutes. Contract No. 5529 16130 - 1 Boxes Rev. 9/17/15 Gangable and through-wall types are not acceptable. Boxes shall conform to FS W-J-800D and UL 514. B. Cast Metal Boxes: Box bodies and cover shall be cast or malleable iron with a minimum wall thickness of 1/8-inch at every point, and not less than 1/4-inch at tapped holes for rigid conduit. Bosses are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead screws. Boxes shall be provided with neoprene cover gaskets. Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. Outlet boxes shall be of the FS types. Boxes shall conform to FS W-C-586C and UL 514. C. Non-metallic Boxes: Non-metallic boxes shall be hot-compressed fiberglass, one- piece, molded with reinforcing of polyester material, with minimum wall thickness of 1/8-inch. D. Pull Boxes and Junction Boxes: Except where NEMA 4X fiberglass boxes are called for, all boxes shall be fabricated from carbon steel per UL 50. Boxes shall be welded construction with all seams or joints closed and reinforced. Boxes shall be galvanized after construction. Boxes intended for outdoor use shall be cast metal with threaded hubs and neoprene gasketed covers, or shall be of the fiberglass reinforced polyester type of 1/8-inch minimum thickness. Cover retention shall be by corrosion resistant stainless steel screws. 1. All boxes for wiring operating at 601 volts or higher shall be constructed without hinges and shall be padlockable. 2. All boxes and cabinets shall be securely fastened to building structural members so as to prevent movement in any direction. Boxes shall not be supported by lighting fixtures, suspended ceiling support wires or freely hanging rods. a. Covers of boxes and cabinets mounted in horizontal plane (top or bottom) shall either weigh not more than 40 pounds or shall require not more than 40 pounds of force to open or close. b. Covers of boxes and cabinets mounted in vertical plane (front, back, sides) shall either weigh not more than 60 pounds or shall require not more than 60 pounds of force to open or close. All covers over 30 pounds shall be furnished with angle support at bottom to carry weight of cover for assembly. c. Covers of boxes and cabinets weighing more than 30 pounds shall be provided with lifting handles or some means of grasping other than edges. PART 3- EXECUTION 3.01 INSTALLATION A. Outlet Boxes: 1. Provide fixture outlets with proper fixture connectors. 2. Box mounting height shall be dictated by the wiring device enclosed. 3. Blanking covers shall be installed on all unused openings. 4. Sheet metal boxes shall be used in dry non-corrosive locations where the conduit system is routed concealed in the walls and ceilings. 5. Cast metal or molded non-metallic surface mounted boxes shall be used in exterior and/or in all wet locations. Contract No. 5529 16130 - 2 Boxes Rev. 9/17/15 6. Bonding jumpers shall be used around all concentric or eccentric knockouts. 7. Boxes shall be securely mounted to the building structure independent of conduits entering or exiting the boxes. B. Junction Boxes and Pull Boxes: 1. Boxes shall be installed where required and where indicated on the Drawings. 2. Boxes shall be readily accessible. 3. Boxes shall not be installed in finished areas. 4. Pull boxes shall be provided at least every 150 feet on long straight conduit runs. Spacing shall be reduced by 50 feet for each 90 degree bend. See Section 16110 for maximum bends in conduit systems. 5. Box dimensions shall be in accordance with size and quantity of conductors and conduits entering and leaving box per NEC Article 370 requirements. 6. All boxes, both new and existing, for medium voltage systems shall be permanently marked "High Voltage" on all surfaces with red letters which are at least 4 inches high. END OF SECTION Contract No. 5529 16130 - 3 Boxes Rev. 9/17/15 SECTION 16140 WIRING DEVICES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Provisions: Applicable provisions of Section 16010 become a part of this Section as if repeated herein. B. Work Included: I. Installation, connection and furnishing all single, duplex, GFI and special purpose receptacles complete with wall plates and/or covers as shown on the Drawings. 2. Installation, connection and furnishing of all single pole, three-way, pilot light and momentary position toggle switches complete with wall plates and or handle operators as shown on the Drawings. 1.02 REFERENCE STANDARDS A. American National Standards Institute (ANSI) (TIA) Publication: 1. C73 Plugs and Receptacles 2. C73a Plugs and Receptacles 3. 568 Communication Cables B. Federal Specifications (FS): 1. W-C-596 D & E General Specifications for Cable Outlet Electrical Connector 2. W-S-896 D & E General Specifications for Flush Mounted Toggle and Lock Switches C. National Electrical Manufacturers Association (NEMA) Publications: 1. WD 1 General Requirements for Wiring Devices 2. WD 6 Wiring Devices - Dimensional Requirements D. Underwriters Laboratories (UL) Standards: 1. 20 General-Use Snap Switches 2. 498 Electrical Attachment Plugs and Receptacles 3. 514 Electrical Outlet Boxes 4. 943 Class A Ground Fault Receptacle Interrupting Requirements 1.03 SUBMITTALS A. Submit material or equipment data in accordance with the Product Information category of the General Conditions and the submittal requirements of Section 16010. 1.04 LOCATIONS A. Refer to Section 16010, General Electrical Requirements, for definitions of type of locations. Contract No. 5529 16140 - 1 Wiring Devices Rev. 9/17/15 PART 2- PRODUCTS 2.01 RECEPTACLES A. General: Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA configurations, NEMA WD1 and UL 514 Standards. B. Single and Duplex Receptacles: 1. Receptacles shall be of back and side wire design utilizing screw type terminals. Receptacles shall be rated 20 ampere, two-pole, 3-wire, 120-volt, NEMA 5-20 configuration, self-grounding. Color shall be brown in industrial areas and ivory or white in office and laboratory areas. Power contacts shall be a T-type design and shall be brass. Ground contacts shall be brass. 2. Devices shall have a nylon composition face with a nylon or melamine body. Units shall comply with Federal Specification W-C-596E and meet UL 498 test requirements. Receptacles shall be Hubbell HBI Series; Daniel Woodhead ; or equal. C. Special Purpose Power Receptacles: Receptacles shall be of the amperage, voltage and NEMA configuration indicated on the Drawing. Compliance to standards and tests shall be as listed in Item B above. D. Multi-pin Control/Signal Plugs and Receptacles: Plugs and Receptacles shall be Crouse-Hinds Roughneck series as indicated on the Drawings, or approved equal. 2.02 PLATES A. General: Plates shall be of the style and color to match the wiring devices, and of the required number of gangs. Plates shall conform with NEMA WD1, UL 514, and ANSI C73. B. Damp or Wet Locations: Receptacle plates shall have a hinged cover which provides weather protection while the receptacle in use. Material of manufacture shall be die-cast aluminum for metallic plates or nylon for non-metallic plates. PART 3- EXECUTION 3.01 INSTALLATION OF WIRING DEVICES A. Damp or Wet Exterior Locations: Install only wiring devices approved for outdoor service in these locations. B. Mounting heights shall be as shown on the drawings. C. Receptacles: 1. Receptacles shall be grounded by a grounding conductor, not by a yoke or screw contact. 2. Receptacles shall be installed with connections pigtailed (spliced) to the branch circuit wiring so that removal of the receptacle will not lose neutral continuity and branch circuit power will not be lost to other receptacles on the same circuit. Contract No. 5529 16140 - 2 Wiring Devices Rev. 9/17/15 3.02 INSTALLATION OF WALL PLATES A. General: Plates shall match the style of the device and shall be plumb within 1/16-inch of the vertical or horizontal. B. Exterior and/or Wet Locations: Install plates with gaskets on wiring devices in such a manner as to provide a raintight weatherproof installation. Cover type shall match box type. 3.03 TESTS A. Receptacles: 1. Receptacles shall be tested for blade and ground plug tension prior to installation. Do not install any receptacle having less than 16 ounce individual blade retention. 2. After installation of receptacles, circuits shall be energized and each receptacle tested for proper ground continuity, reversed polarity, and/or open neutral condition. 3. GFI receptacle circuits shall be tested with the circuits energized. Devices shall be tested with a portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when plugged in, between the "hot" line and "ground" to produce tripping of the receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle. END OF SECTION Contract No. 5529 16140 - 3 Wiring Devices Rev. 9/17/15 SECTION 16402 UNDERGROUND ELECTRICAL WORK PART 1 - GENERAL 1.01 SECTION INCLUDES A. Provisions: Applicable provisions of Section 16010 become a part of this Section as if repeated herein. 1.02 APPLICABLE STANDARDS A. The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by the basic designation only. 1. Federal Specifications: a. RR-F-621C Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole b. RR-G-661D Grating, Metal, Bar Type (Floor, except for Naval Vessels) 2. American Concrete Institute (ACI): a. 318 Building Code Requirements for Reinforced Concrete 3. ASTM International (ASTM): a. A36 Structural Steel b. A153 Specifications for Zinc Coating (Hot-Dip) on Iron and Steel Hardware c. A615 Deformed and Plain Billet - Steel Bars for Concrete Reinforcement d. C33 Concrete Aggregates e. C139 Concrete Masonry Units for Construction of Catch Basins and Manholes, Specification for f. C150 Portland Cement g. C478 Precast Reinforced Concrete Manhole Sections, Specification for h. C857 Recommended Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures i. C858 Standard Specification for Underground Precast Concrete Utility Structures 4. American Association of State Highway and Transportation Officials (AASHT0): a. HB-13 Standard Specifications for Highway Bridges 5. American National Standard Institute (ANSI): a. C2 National Electrical Safety Code 6. National Fire Protection Association (NFPA): a. 70 National Electrical Code (NEC) 1.03 SUBMITTALS A. Submit material or equipment data in accordance with the requirements of Section 16010. B. Manufacturer's Data and Shop Drawings: I. Handhole - Include a table of dimensions which shows proposed size of each handhole. Contract No. 5529 16402-1 Underground Electrical Work Rev. 9/17/15 2. Handhole Frame and Cover 3. Sealing Material for Precast Handhole Joints C. Certificates 1. Test Reports: Submit for approval 30 days before the materials are used, copies of laboratory test reports for the following: a. Arc-proofing test for cable fireproofing materials. PART 2- PRODUCTS 2.01 GENERAL A. Materials and equipment shall conform to the respective specifications and standards and to the Specifications herein. Electrical ratings shall be as indicated. B. Conduit: Provide per Section 16110. C. Wire and Cable: Provide per Section 16120 and Section 16124. 2.02 HANDHOLES A. Provide handholes of reinforced precast concrete, or injection molded composite plastic material. Handholes shall include a base, a body, extensions, and a cover. Handholes with a perimeter of 10 feet or more (e.g., 3 feet by 2 feet) shall have both pulling irons and cable racks. All hardware shall be stainless steel, or hot-dip galvanized after fabrication; cable racking hardware, however, shall be non-metallic and corrosion resistant. If no handhole size is shown on the Drawings, size units per NEC or provide 12 inches by 24 inches by 18 inches deep, whichever is larger. Structure shall be fabricated in accordance with ACI 318. B. Aggregate used in pre-cast handholes shall conform to the specifications given in ASTM C33. C. Cement used shall be Type 11, low alkali Portland cement and shall meet ASTM C150, Type 11. D. Reinforcing bars shall be intermediate grade billet steel conforming to ASTM A615. E. Design wheel loads for handhole covers shall be HS 20-44 as given in AASHTO HB-13. PART 3- EXECUTION 3.01 TRENCHING, BACKFILL, AND COMPACTION A. See Division 2. 3.02 WIRE AND CABLE INSTALLATION A. See Section 16120 and Section 16124. Contract No. 5529 16402-2 Underground Electrical Work Rev. 9/17/15 3.03 UNDERGROUND RACEWAYS WITH CONCRETE ENCASEMENT A. All underground raceways shall be encased in concrete unless otherwise specifically shown otherwise on the Drawings. 1. Concrete encasement shall be minimum of 3 inches around outer walls of raceways and minimum of 2 inches between raceways. Conduits shall be as required by Section 16110. 2. Concrete shall be portland cement type with 4 sacks cement per cubic yard of concrete, maximum coarse aggregate size of 3/8-inches and shall have minimum strength of 2,000 psi after 28 days. Amount of water shall not exceed slump required for placement. Five pounds red lead oxide shall be added per cubic yard of concrete. 3. Underground raceways shall slope toward manholes, pullboxes, etc., at minimum rate of 3 inches per 100 feet unless indicated otherwise on Drawings. Raceway entrances in manholes, handholes, etc., shall be by means of bell ends and shall be sealed against entry of silt, debris, rodents, etc., into raceways. 4. Top of concrete encasement shall be minimum of 24 inches below grade. 5. Minimum radius of all horizontal bends in underground duct banks shall be 12 times nominal conduit size. Bends shall be formed of factory made sweeps or continuous assembly of bend segments or curved segments. Minimum radius of all vertical bends in underground raceways shall be 12 times nominal size of conduit. Vertical bends shall be made of PVC coated rigid galvanized steel conduit. 6. Underground raceways within roadways shall be run parallel or perpendicular to road centerline. 7. Pull wires left in underground raceways shall be 1/8-inch nylon rope or 3/16- inch polypropylene. 8. Terminate conduits in end-bells where duct lines enter manholes and handholes. Provide structural support for concrete encased duct banks at the point where they terminate. Separators shall be of precast concrete, high impact polystyrene, steel, or any combination of these. Stagger the joints of the conduits by rows and layers so as to provide a duct line having the maximum strength. During construction, protect partially completed duct lines from the entrance of debris such as mud, sand and dirt by means of suitable conduit plugs. As each section of a duct line is completed, draw a brush through having the diameter of the duct, and having stiff bristles until the conduit is clear of all particles of earth, sand, and gravel; then immediately install conduit plugs. 9. Construct underground raceway systems (whether single raceways, or multiple raceway banks) utilizing snap together plastic "chairs" spaced and staked to the trench floor, no more than 6 feet apart along the entire length of the trench to maintain the specified minimum encasement between raceways, and between the duct bank and trench walls and floor. Provide Carlon Snap-N- Stac, or equal. C. See Section 16110 for additional requirements. Contract No. 5529 16402-3 Underground Electrical Work Rev. 9/17/15 3.03 HANDHOLES A. Provide handholes complete with all accessories, as indicated. Identify each casting by having the manufacturer's name and address cast into an interior face or permanently attached thereto. B. Installation of Cable Handholes: Do not install cables utilizing the shortest route, but route along those walls providing the longest route and the maximum spare cable lengths. Form all cables to closely parallel walls, not to interfere with duct entrances, and support on brackets and cable insulators at a maximum of 18 inches. In existing handholes and vaults where new ducts are to be terminated or where new cables are to be installed, provide cable supports and grounding as required for a neat and workmanlike installation with all cables properly arranged and supported. Support cable splices in underground structures by racks, leaving top space open for future cables, except as otherwise indicated for existing installations. Provide one spare three-insulator rack arm for each cable rack in each underground structure. Provide additional cable racks in each existing underground structure through which new cable is run. END OF SECTION Contract No. 5529 16402-4 Underground Electrical Work Rev. 9/17/15 SECTION 16955 CONTROL DEVICES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Provisions: Applicable provisions of Section 16010 become a part of this Section as if repeated herein. B. Work Included: Furnish and install all control devices complete, including, as applicable, enclosures, engraved escutcheons or nameplates, gaskets, lenses, lamps and mounting provisions. 1.02 REFERENCE STANDARDS A. National Electrical Manufacturers Association (NEMA) Publications: 1. ICS1 Industrial Control and Systems: General Requirements 2. ICS2 Controllers, Contactors and Overload Relays rated 600 V 3. ICS6 Enclosures 1.03 SUBMITTALS A. Submit material or equipment data in accordance with the submittal requirements of Sections 01300 and 16010. PART 2 - PRODUCTS 2.01 GENERAL A. All control devices shall conform to applicable provisions of NEMA Standards ICS1 and ICS2. 2.02 CONTROL AND TIMER RELAYS A. General Requirements: a. Provide relays rated for 1 million operations at 10 amp, 120 Vac, at power factor of 0.2. b. Where timing relays are interfaced to motor starters or adjustable speed motor controllers, provide auxiliary machine-tool relays or Size 0 magnetic contactors. c. Where timing relays or control relays require additional contacts, provide auxiliary control relays, properly sized for the application. B. Relays shall be provided as necessary to perform switching functions required of control panels and other control circuits. Relays shall be of the following types (abbreviations in parentheses correspond to labels on the Drawings): 1. Relays (CR): a. Provide machine tool relays for the following applications: 1) All relays driving 120-Vac motor starters up to and including Size 3. 2) All relays driving non-motor loads up to 6 amps (or 720 VA). Contract No. 5529 16955 - 1 Control Devices Rev. 9/17/15 b. Provide machine tool type relays with convertible contacts rated 10 amperes continuous with NEMA Rating Designation A600 for ac applications and N600 for dc applications. Coils shall be designed for continuous duty and shall have the voltage rating indicated on the Drawings. c. Relays shall be the magnetically held type unless designated otherwise on the Drawings. For each relay, provide one spare Form C contact over and above the number indicated on the Drawings. In addition, for latching relays, provide coil clearing contacts as necessary. d. Manufacturer: Square D, Class 8501 Type X; General Electric CR120B; or equal. 2. General Purpose Control (CR) Relays (plug-in): a. Provide plug-in style 2-, 3-, or 4-pole enclosed relays with integral neon or LED indicators for the following applications: 1) Relay logic (relays driving other relays, including machine tool relays) operating at voltages up to 120 Vac. 2) Control power switching. 3) All relays driving non-motor loads up to 2 amps (240 VA) at 120 Vac. b. Provide relay sockets rated for 10 amp, 240 Vac with screw-type barriered terminals. c. Manufacturer: IDEC RH Series; Square D, Class 8501 R; or equal. 3. Analog or Digital Signal Switching (SR) Relays: a. Provide plug-in style indicating type relays with gold plated silver contacts for switching low level currents (less than 100 mA). b. Provide relay sockets with screw-type barriered terminals. c. Manufacturer: IDEC RY/RM series; 4. Latching Relays (LR): a. Heavy duty latching relays shall be 600-volt machine tool industrial relays, magnetically held, two-coil type. Relay shall have convertible contacts rated 10 amperes with NEMA rating design A600. Latching relay shall be Square D Class 8501 Type X; General Electric CR170BL; or equal. b. General purpose latching relays shall be general purpose plug-in relay, two- coil magnetically held with an integral neon or LED indicators. Relay contacts shall be rated for 10 amp, 240 volts with coil voltage as shown on the Drawings. Relay shall be complete with socket and shall be Square D, Class 8501 Type K; IDEC RR2KP Series; or equal. 2.03 CONTROL PANEL ACCESSORIES A. Relays, timers and other internally mounted equipment shall be of the types specified in other sections of these Specifications. B. Standards: All control devices shall conform to applicable provisions of NEMA Standards ICS 1 and ICS 2. PART 3- EXECUTION 3.01 GENERAL A. Install control devices as recommended by the manufacturer. END OF SECTION Contract No. 5529 16955 - 2 Control Devices Rev. 9/17/15 SECTION 17000 GENERAL INSTRUMENTATION AND CONTROLS REQUIREMENTS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Work Included: 1. Provide all required equipment and materials, special tools, and supplies and be responsible for all labor required to complete the design, fabrication, assembly, testing, delivery, installation assistance, startup and operational testing of a complete and operable Instrumentation and Control (I&C) System as part of the Submerged Fixed-Film (SFF) Media System. 2. Provide all the necessary equipment components and interconnection requirements along with the services of manufacturers' engineering representatives necessary to ensure that the City of Snohomish (City) receives a completely integrated and operational SFF Media System as specified herein. 3. Provide a programmable logic controller (PLC) based control system, completely programmed for operation of the SFF Media System, as well as the alkalinity feed system (to be provided by the General Contractor). The PLC is to be connected via Ethernet to the plant SCADA system. 4. Provide a local operator interface panel (HMI) and support equipment and operating software completely programmed and configured as a fully operational control system. 5. Provide all control panels and control devices, which are part of the SFF Media System equipment package. Instruments provided separately shall be noted for General Contractor installation. 6. Provide terminations for all field wiring at terminal cabinets, and control panels and enclosures that form a part of the SFF Media System equipment package. 1.02 REFERENCE STANDARDS A. American National Standard Institute (ANSI) Publications: 1. Y14.15a Drafting Practice 2. C62.1 Surge Arrestors B. Instrumentation Society of America (ISA) Publications: 1. S5.4 Instrument Loop Diagrams 2. 520 Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves 1.03 QUALITY ASSURANCE A. Standard of Quality: Provide equipment of the types and sizes specified that have been demonstrated to operate successfully. Provide equipment that is new and of recent proven design. B. Compatibility: The SFF Media System Supplier shall be responsible to see that all components of the instrumentation system, including equipment specified under Contract No. 5529 17000 - 1 General Instrumentation and Rev. 9/17/15 Control Requirements other Divisions, are completely compatible and function properly as a system. Provide such additional equipment, accessories, etc., as are necessary to meet these objectives at no cost to the City. C. Team Assignment: The SFF Media System Supplier will be part of a team consisting of the City, the Engineer and the General Contractor's System Integrator for the purpose of integrating the SFF Media System with the existing plant SCADA system. D. Coordination: As a team member, the SFF Media System Supplier shall see that the SFF Media System PLC is fully integrated with the plant PLC and SCADA system. As a team member it will be necessary to meet with other team members and to mutually agree on all aspects of configuration hardware selection, PLC register assignments, I/O Server Database configuration and other SCADA issues as may be appropriate. E. SFF Media System Supplier Responsibilities: While it is incumbent on all team members to closely coordinate their integration activities, the SFF Media System Supplier is to execute their integration responsibilities by: 1. Attending meetings to the extent prescribed below. 2. Obtaining favorable review of submittals prescribed herein. 3. Demonstrating satisfactory operation of equipment and software at a factory test of the equipment. 4. Providing periodic supervision at the job site during installation of Supplier's equipment. 5. Providing 100% attendance during the instrument calibration, system verification, and jobsite testing phases of the work. F. Meetings will be scheduled as follows: 1. One meeting with the City and the Engineer in Snohomish, Washington before the General Contractor has been selected. 2. One meeting in Snohomish, Washington with the team members during construction (General Contract). 3. A factory test of the SFF Media System Supplier's PLC equipment. G. SFF Media System Supplier's PLC/Services: The SFF Media System Supplier shall utilize the services of a system integrator or in-house services to provide PLC configuration, graphic process monitoring and control screens, system verification and jobsite testing. 1.04 INSPECTIONS A. Inspection of the SFF Media System control equipment at the factory by the Engineer will be made after the manufacturer has performed satisfactory checks, adjustments, tests and operations. Favorable review of the equipment and factory testing (see paragraph 3.05) at the factory only allows the manufacturer to ship the equipment to the project site. 1.05 SUBMITTALS A. Refer to Section 01300 for general submittal requirements. Contract No. 5529 17000 - 2 General Instrumentation and Rev. 9/17/15 Control Requirements B. Shop Drawings: Submit shop drawings for review in complete bound sets indexed, with exterior tabs marked by subject. Submit manufacturer's catalog cuts for each item for which shop drawings are not required. Manufacturer's catalog cuts, specifications or data sheets shall be clearly marked to delineate the options or styles to be furnished. Show dimensions, physical configurations, methods of connecting instruments together, mounting details, and wiring schematics. Drawings shall be complete with device tag numbers, wire numbers and terminal board numbers. Submit fabrication details, nameplate legends, and control panel internal wiring and piping schematic drawings. Submit panel graphic drawings where applicable. Include material specification lists where applicable. C. Loop Diagrams: 1. Submit Instrument Loop Diagrams per ISA S5.4 to provide necessary detail for connection of analog instrument and control system components including those components specified in other sections of these Specifications. 2. Provide with the Instrumentation Diagrams all instrument model numbers, ranges, set points, sizes, process fluids, specification reference numbers, and all other information listed as "desirable and optional items of information" per ISA S5.4. D. Interconnection Diagrams: Submit point-to-point type interconnection diagrams conforming to ANSI Y14.15a; include each conduit run, with wirefill noted for each run. Include electric panel and circuit numbers for all sources of 120 VAC power. Show wiring interconnections between each control panel, instrument, PLC, other field-mounted or skid-mounted devices, and the General Contractor's motor control center. E. Operation and Maintenance (O&M) Manuals: Furnish hard copy and electronic files, including Instruction Manuals and Part Lists in accordance with Section 01730. F. Special Tools and Accessories: Submit hardbound and electronic data for special tools, instruments, and accessories for maintaining instruments and equipment requiring periodic repair and adjustment as specified elsewhere herein. Also, furnish special lifting and handling devices for equipment requiring such devices. G. Test Reports: Submit the following test reports as described herein: 1. Instrument Calibration Data Sheets (para. 2.13) 2. Factory Testing of Control Panels (para. 2.14) 3. Instrument Verification Report (para. 3.07.0) 4. Final Operational Testing (para. 3.08.C) H. Demonstration and Final Operation Test Plan and Results: Submit a document that outlines all procedures to be used in final operational testing of instrument and control systems. Include a description of each system, the scope of testing, test methods and materials, testing instruments and recorders, a list of functional parameters to be recorded on each item, and Shop Drawings showing temporary bypasses, jumpers, and devices. Contract No. 5529 17000 - 3 General Instrumentation and Rev. 9/17/15 Control Requirements I. PLC Submittals: 1. Catalog cuts for the central processing unit, input modules, output modules, magnetic program storage device, interfacing equipment, power supply voltage regulation transformer, and power line surge protection device. 2. A layout drawing of the PLC enclosure. 3. Software documentation to include ladder diagrams and a line-by-line typewritten description of the ladder diagrams. Provide two hard copies of the latest documented version and two CD-ROMs of the latest documented version following jobsite testing. This submittal is required twice: once approximately two weeks before factory testing to demonstrate that the SFF Media System Supplier is ready to conduct the testing and again with the O&M Manual updated to include all changes resulting from factory and jobsite testing. The O&M Manual is to be used as a training document. 4. An "Input/Output Record Form," tabulating the module number, channel number, address number, input/output designation name and/or number, and a textual description for each item of input and output. 5. A "Constant Memory Assignment Record," tabulating the area, location number, and textual description for each variable stored in memory. 6. A "Variable Memory Assignment Record," tabulating the area, location number, and textual description for each variable stored in memory 7. The Factory and Jobsite Witnessed Test procedure. 8. The Factory and Jobsite Witnessed Test results. J. Control Panel Submittals: Submit shop drawings for all control panels, including details for the following items: 1. AC and DC power wiring schematics. 2. Signal wiring schematics. 3. Elementary control diagram. 4. Fabrication drawings, including a dimensioned outline drawing to scale, showing space for conduits, etc. 5. Details of all panel accessories. 6. A detailed Bill of Materials. 7. Panel layouts and nameplate inscriptions. 8. Connections to external equipment. 9. Wire marking scheme. K. HMI Submittals: Submit list of equipment and software for review. 1. Software: Latest revisions. 2. Hardware: Specific model with list of optional equipment and features. 3. HMI System Configuration: Provide a copy of graphic process monitoring and control and HMI screens (in color). A sample of the general HMI screen development requirements will be provided to the SFF Media System Supplier by the City and Engineer. The requirements will provide information on desired screen colors and symbols that are either mandatory or desirable. L. Spare Parts List: Include a spare parts list showing recommended parts and quantities as well as complete ordering information for replacement components. Provide instruction books for special control devices and special equipment installed in the control panels. Submit these to the Engineer prior to installation of the equipment. Contract No. 5529 17000 - 4 General Instrumentation and Rev. 9/17/15 Control Requirements 1.06 UL LABEL A. UL Label: 1. Each control panel and terminal cabinet shall bear the UL label except as noted in the following paragraph. The UL label shall apply to the enclosure, the specific equipment supplied with the enclosure, and the installation and wiring of the equipment within and on the enclosure. If required for UL labeling, provide ground fault interrupters, isolation transformers, fuses, and any other necessary equipment. The fabricator shall be an approved UL listed manufacturer. 2. Control panel enclosures containing instruments mounted through the enclosure walls or door shall meet all requirements for UL labeling as above, but no UL label is required. This exception applies only if UL Recognized instruments for the intended purpose are not made. 1.07 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Box, crate, or otherwise enclose and protect instruments and equipment during shipment, handling, and storage. Keep all equipment dry and covered from exposure to weather, moisture, corrosive liquids and gases or any element that could degrade the equipment. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Notify the Engineer in writing in the event that any equipment or material is damaged. Obtain prior favorable review by the Engineer before making repairs to damaged products. PART 2- PRODUCTS 2.01 MATERIALS AND STANDARD SPECIFICATIONS A. Provide instruments, equipment and materials suitable for service conditions and meeting standard specifications such as ANSI, ASTM, ISA, and SAMA. The intent of this Specification is to secure instruments and equipment of a uniform quality and manufacture throughout the plant. All instruments of the same type shall be made by the same manufacturer. 2.02 NAMEPLATES A. For each piece of equipment, provide a manufacturer's nameplate showing his name, location, the pertinent ratings and the model designation. B. Identify each piece of equipment and related controls with a rigid laminated engraved phenolic nameplate. Engrave nameplates with the inscriptions with the equipment name. Securely fasten nameplates in place using two stainless steel screws with epoxy cement. C. Each control device, including pushbuttons, control switches, and indicating lights, shall have an integral legend plate or nameplate indicating the device function. These shall be inscribed as favorably reviewed by the Engineer. Contract No. 5529 17000 - 5 General Instrumentation and Rev. 9/17/15 Control Requirements D. Provide CAUTION or SAFETY nameplates to alert operators of special conditions that may result in faulty equipment operations. 2.03 NAME TAGS A. All instrumentation and equipment items or systems shall be identified by name tags. Field equipment shall be tagged with the assigned instrumentation tag number. B. Name tags shall be stainless steel with engraved or stamped black characters of 3/16-inch minimum height. Tags shall be attached to equipment with a tag holder and stainless steel band with a worm screw clamping device. Use 20-gauge stainless steel wire where banding is impractical. For field panels or large equipment cases use stainless steel screws; however, such permanent attachment shall not be on an ordinarily replaceable part. 2.04 ELECTRONIC EQUIPMENT A. If the equipment is electronic in nature, provide solid state equipment to the extent applicable. Select components of construction for their suitability and reliability. Employ component derating of at least 20% (or greater) to preclude failures because of transients and momentary overloads reasonably expected in normal operation. Design units for operation without forced cooling, unless such cooling is an integral part of the device. B. Provide ANSI C62 surge protection on all instruments installed outdoors. 2.05 EQUIPMENT OPERATING CONDITIONS A. All equipment shall be rated for normal operating performance with varying operating conditions over the following minimum ranges: 1. Field Instruments: Indoor Unheated Areas: a. Ambient Temperature: +45°F to +104°F b. Ambient Relative Humidity: 10% to 90%, non-condensing 2.06 ANALOG SIGNAL INDICATED UNITS A. For all instruments with local or remote indicators, provide indicators scaled in actual engineering units, i.e., gallons per minute, feet, psi, etc., rather than 0 to 100%, unless noted otherwise. 2.07 SIGNAL TRANSMISSION A. Analog: Signal transmission between electric or electronic instruments shall be 4-20 mA and shall operate at 24 VDC. Signal output from all transmitters and controllers shall be current regulated and shall not be affected by changes in load resistance within the unit's rating. B. Discrete: All alarm and status signals shall be 120 VAC. Contract No. 5529 17000 - 6 General Instrumentation and Rev. 9/17/15 Control Requirements 2.08 RACK/ENCLOSURE BAY AC POWER SUPPLIES A. Provide each main rack and/or enclosure bay with a separate isolation transformer or isolated ground to prevent ground loops between the instrument and electrical power grounds. If transformers are used they may be non-shielded control power type. B. For analog inputs, provide a 24 VDC regulated power supply with 120 VAC input. Output voltage shall be 24 VDC ±5% manufacturing tolerance at no load, but shall hold within 1% from no load to full load at 120 VAC ± 10% input. Ripple shall be less than 15 mV peak-to-peak. Provide each analog input with a fused terminal block. C. Manufacturer: Provide UL-listed, instrument loop power supply as manufactured by Action Instruments or Sola/Hevi-Duty with terminal blocks for external connections, or equal UL listed supply. No open style or switching power supplies are acceptable. 2.09 PAINTING A. Factory paint all instruments and equipment except where installed in pipelines. Paint as required for structural supports, brackets, etc. Feathering, priming and painting shall produce a reasonable match to the surrounding paint work. 2.10 FASTENERS A. Fasteners for securing equipment to walls, floors and the like shall be stainless steel. 2.11 TUBING, PIPE, FITTINGS AND SUPPORTS A. Copper Tubing: Soft-annealed copper tubing shall be 1/2-inch 0.0. x 0.030-inch wall, 3/8-inch O.D. x 0.032-inch wall, or 1/2-inch O.D. x 0.032-inch wall. Copper tubing shall be seamless copper, Type DHP, bright annealed after coiling, dehydrated and sealed in 50-foot aluminum. B. Stainless Steel: Stainless tubing shall be Type 304 seamless, cold drawn and annealed per ASTM A269. Sizes shall be 1/4-inch 0.0. x 0.045-inch wall, 3/8-inch O.D. x 0.035-inch wall or 1/2-inch 0.D. x 0.035-inch wall. C. Pneumatic Tubing: Pneumatic tubing for panel internals shall be 1/4 or 3/8-inch 0.0. rigidwall, clear polyethylene, 250 psi rating. Tubing shall be supported in plastic duct or conduit where appropriate. D. Fittings: 1. Copper Tube: Solder joint fittings shall be seamless wrought copper per ASTM B75. Compression fittings shall be brass equal to Imperial or Swagelok. 2. Stainless Steel Tube: Weld joint fittings shall be Type 304 stainless. Compression fittings shall be Type 316 stainless steel equal to Imperial or Swagelok. Contract No. 5529 17000 - 7 General Instrumentation and Rev. 9/17/15 Control Requirements 3. Supports for Tubing: Supports shall be Type 304 stainless steel Unistrut or equal or made of steel conforming to ASTM A276. 4. Pipe, Pipe Fittings and Valves: Main-line piping material and root valves for instrumentation, not panel or skid-mounted, shall be provided by the General Contractor. 5. Weld joint fittings shall be permitted for header and branch service only. Instrument and valve connections shall be compression-type only. Use unions on as necessary to simplify instrument removal. 2.12 PROGRAMMABLE LOGIC CONTROLLERS A. General: Furnish, test, and place the PLCs into satisfactory operation. B. PLC Manufacturer: Allen Bradley ControlLogix (AB1756L62); no equal C. Hardware: Provide a PLC with the following hardware. 1. Central Processing Unit: The Central Processing Unit (CPU) shall be powered by 120 VAC, 60 Hertz. 2. Inputs and Outputs: Provide 15% additional spare wired I/O capacity above what is needed for the system. a. Analog inputs shall meet the following requirements: 1) 4 to 20 mAdc inputs, 250-ohm impedance maximum. 2) Accuracy of +/-0.1 percent of span. 3) Resolution of +/-0.05 percent of span. 4) Common Mode Rejection of 90 dB at 60 Hz, minimum. 5) Normal Mode Rejection of 45 dB at 60 Hz, minimum. 6) Isolation shall meet or exceed surge-withstand test, IEEE-472. 7) Drift shall not exceed 0.25 percent within a 30-day period. b. Discrete inputs shall meet the following requirements: 1) Unpowered contact inputs. 2) Input isolation shall meet or exceed IEEE-472. Relay isolation is unacceptable. 3) Provide filtering on a per unit point basis to provide contact bounce protection. 4) Discrete inputs shall be powered by the PLC at 120 VAC. Power supply shall be current limited to conform with NEC Class 2 remote control and signal wiring circuits. c. Analog outputs shall meet the following requirements. 1) Output: 4-20 mAdc into a 0 to 500 ohm load. 2) Isolation: From the multiplexer ground. 3) Resolution: +/-0.1 percent of electric span, 10 bits. 4) Accuracy: +/-0.25 percent of span. 5) Drift: Shall not exceed 0.25 percent in a 30-day period. d. Discrete outputs shall meet the following requirements: 1) Mechanically-latched outputs shall require separate program commands for set (close) and reset (open) with the contact state maintained independent of power supply status. 2) Electrically-latched outputs shall require one program command for set and reset. Loss of power shall return the output to a preselected state. Both fail open and fail close contact states shall be provided. Contract No. 5529 17000 - 8 General Instrumentation and Rev. 9/17/15 Control Requirements 3) Momentary outputs shall require one program command that shall set the contact. Once set, the contact shall remain set for an adjustable time between 0.1 to 10 seconds. When timed out, the contact shall reset. 4) Contact configuration shall be Form A (SPDT). 5) Provide the following ratings: 2 A at 120 VAC inductive load. 6) Provide arc-suppression for each contact. 3. I/O Chassis: Provide universal 13-slot I/O chassis to house the processor modules, network adapters and specialty modules as required. Provide blank covers for all unused slots. Provide additional chassis if required. 4. Interfacing Relays, Instruments, and Switches: Provide equipment as required for interface to field devices. 5. Power Line Surge Protection Device: Provide a UL listed power line surge protection device in the 120 VAC power supply lines for the PLC, to limit both steady-state and transient power line disturbances. Install the device between the power line and the voltage regulation transformer. Surge protection device shall have fuse protection of the load if input surge exceeds the capacity of the surge protector. Fuseholder to be externally mounted. Surge protection device shall also have series inductor chokes rated for the full line current of the PLC. 8. Programmable Logic Controller Enclosure: The PLC hardware shall be furnished completely assembled and wired in NEMA 12 control panels. Note that certain selector switches, pushbuttons, relays and instruments shall be furnished and installed in addition to the programmable logic controller hardware proper. 9. Operator Interface: For each control panel, provide a network-connected (Ethernet) operator interface (HMI) to allow access and control of the PLC and all variables, setpoints, etc. HMI shall be Panel PC with keypad and touch screen capability of displaying data, graphics, and alarms. 10. Communication Interfaces: Connect the PLC to an Ethernet TCP/IP network. Provide network switches for connecting to network nodes the Operator Interface. The PLC shall communicate with other PLCs over the TCP/IP network. D. Programming and Program Storage Device: Provide one notebook computer for programming, program storage, and program downloading. Provide necessary cables for downloading programs to the PLC. Minimum configuration requirements: 15-inch TFT display, 1 GB Ram, 80 GB Hard Drive, 64 MB Radeon 9000 graphics card, V.9 modem, 10/100 Ethernet Adapter, 1.7 GHz Pentium 4 Mobile processor with compatible Windows OS for PLC/SCADA. E. Supplemental Software Requirements: Provide the following software as a minimum, however, note that additional software may be required (such as drivers) for a fully functioning system: 1. Provide RS Logix 5000, RS Linx (full version), for a fully functioning PLC system. 2. Provide Wonderware Client for the Panel PC HMI. 3. Provide compatible Windows OS. 5. Provide two CDs, each containing a copy of the PLC and HMI program software, including modifications made through final acceptance testing. Clearly document all versions with a "read me" file to explain all changes. Contract No. 5529 17000 - 9 General Instrumentation and Rev. 9/17/15 Control Requirements F. Additional SFF Media System Control Requirements: 1. Provide NEMA 12 freestanding control panel with a PLC and associated controls to supervise and control the SFF Media System equipment, as well as the alkalinity feed system provided by the General Contractor under a separate contract. Provide control panel complete with power supply, chassis, CPU I/O modules, and a network-connected HMI for monitoring. 2. The PLC shall communicate with the plant SCADA system. 3. Instrumentation: See Sections 17110, 17120, and 17160. 5. The SFF Media System control panel shall be powered by a UPS within the Control Panel. G. Spare Parts: Provide the following spare parts. 1. One input/output module for each type provided. 2. One PLC Power supply. 3. One PLC CPU module. 4. One 24 VDC loop power supply 2.13 INSTRUMENT CALIBRATION A. Submit a written report to the Engineer on each instrument. This report shall include a laboratory calibration sheet or the manufacturer's standards calibration sheet on each instrument and calibration reading as finally adjusted within tolerances. B. The SFF Media System Supplier may, at his option, choose to perform calibration on an instrument by acquiring the services of an independent test lab, or by obtaining the required test instruments and performing the calibration. 2.14 FACTORY TESTING OF CONTROL PANELS A. All fabricated equipment shall be tested before it leaves the factory. At the factory verify wiring continuity and equipment operation by simulating input and output. B. Factory testing of control panels/devices/equipment shall be accomplished. Refer to individual requirements elsewhere in this Specification for tests requiring favorable review. C. Upon completion of factory testing, submit a report certifying the control panels/devices/equipment are operable and meet the Specifications. PART 3- EXECUTION 3.01 MOUNTINGS A. Manufacturers of all process instrument panels and instruments shall certify that their equipment, when installed and anchored, will safely transfer seismic forces through the equipment to the anchorage without failure of equipment or components. B. Detail drawings shall be provided showing sway bracing design. Contract No. 5529 17000- 10 General Instrumentation and Rev. 9/17/15 Control Requirements C. All devices shall be accessible to operators for servicing, operating, reading, etc. 3.02 PROCESS CONNECTIONS A. Provide panel or skid-mounted impulse piping, tubing, and capillary tubing to meet the intended process service and ambient environmental condition for corrosion resistance, etc. Slope lines according to service to promote self-draining or venting back to the process. Terminate connection to process lines or vessels in a service rated block valve that will permit closing off the impulse line or removal of the element without requiring shut down of the process. Include blow-down of drip legs and valves for terminations of impulse lines at the instruments. 3.03 ELECTROMAGNETIC INTERFERENCE (EMI) A. Construction shall proceed in a manner that minimizes the introduction of noise into the l&C System. B. Cross signal wires and wires carrying AC power or control signals at right angles. C. Separate signal wires from wires carrying AC power or switched AC/DC control signals within control panels, terminal cabinets, telemetry equipment, multiplexer cabinets, and data loggers as much as possible. Provide the following minimum separations within such equipment: Power Wiring Capacity Separation (inches) 120 volts AC or 10 amps 12 240 volts AC or 50 amps 18 480 volts AC or 200 amps 24 3.04 GROUNDING A. Provide for single-point grounding system for instrument signals in all control panels. This system does not use building steel or conduit systems for its ground path. B. Ground all signal shields, signal grounds, and power supplies at the single-point ground termination in each control panel. The far ends of these signal cables must be disconnected (floated) from any ground to prevent ground loops. C. Provide for connecting each single-point ground with insulated copper wire of size 8 AWG or larger. 3.05 FACTORY TESTING OF CONTROL PANELS A. Prior to shipment of the PLC to the jobsite, the SFF Media System Supplier shall perform a factory test of the complete control system to the satisfaction of the City, the Engineer, and General Contractor's System Integrator. This test shall demonstrate full compliance of the PLC with contract requirements. The test shall be witnessed the Engineer. B. Prepare a detailed written witnessed test procedure to be submitted at least two weeks prior to start of the test. The text for the factory test shall be the SFF Media Contract No. 5529 17000 - 11 General Instrumentation and Rev. 9/17/15 Control Requirements System Supplier's process, operations and control strategy descriptions and SFF Media System Supplier's favorably reviewed witnessed factory test procedure. In addition, the test procedure shall describe testing methods and provide detailed specification of the input data and data sequences to be used in the test. If, in the opinion of the Engineer, a resubmission of the proposed test procedure is required, the date for the performance of this test shall be set at least four weeks following delivery of the resubmitted test procedure. C. The factory test shall be performed at the SFF Media System Supplier's facility. The SFF Media System Supplier shall demonstrate the operation of all screens and PLC programs and the proper operation of all Input/Outputs (I/O). Perform the witnessed test in accordance with the test procedure. Any deviation in performance from that specified in these Specifications shall be corrected prior to shipment. If the deviation in performance is deemed by the Engineer to be substantial and if it is not corrected within the period allowed for the test, then a second test shall be performed. No extension of Contract time will be allowed in the event that this second test in necessary. D. Submit the results of the test in a formal document within two weeks following satisfactory performance of the test. The test results shall document all problems encountered in running the test, corrective action taken, and the detailed results of each phase of the test. A favorable review of the report is required prior to release of equipment from the factory. 3.06 INSTRUMENT CALIBRATION A. Provide the services of manufacturer's trained instrumentation technicians, tools, and equipment to field calibrate each instrument to its specified accuracy in accordance with the specifications and instructions for calibration. Alternatively, the SFF Media System Supplier may obtain a certificate of calibration by requesting the manufacturer perform the specified calibration at the time of ordering. Each instrument shall be calibrated at 0%, 25%, 50%, 75% and 100% of span using test instruments to simulate inputs and read outputs that are rated to an accuracy of at least 5 times greater than the specified accuracy of the instrument being calibrated. Such test instruments shall have accuracies traceable to the National Bureau of Standards, as applicable. B. Submit a written report to the Engineer on each instrument certifying that it has been calibrated to its published specified accuracy. This report shall include a listing of the published specified accuracy, permissible tolerance at each point of calibration, calibration reading as finally adjusted within tolerances, defects noted, correction action required, and correction made. This report shall list instrument readings in actual engineering units such as gallons per minute, feet, psi, etc., rather than 0 to 100%. 3.07 SYSTEM VERIFICATION PRIOR TO JOBSITE TEST A. Provide the services of factory trained and field experienced instrumentation engineers to verify that each instrument is operational and performing its intended function within system tolerance. Contract No. 5529 17000 - 12 General Instrumentation and Rev. 9/17/15 Control Requirements B. Cause malfunctions to sound alarms or switch to standby to check system operation. Check all systems thoroughly for correct operation. Test equipment for this function shall be as specified under "Instrument Calibration." 1. Make initial or provisional settings on levels, alarms, etc. 2. Verify controllers by observing that the final control element moves in the proper direction to correct the process variable as compared to the set point. 3. Cause malfunctions to sound alarms or switch to standby to check system operation. 4. Check all loop instruments thoroughly for correct operation. 5. Immediately correct all defects and malfunctions disclosed by tests. 6. Submit a report certifying completion of verification of each instrument system. This report shall include a data sheet on each instrument tested that indicates instrument tolerances, instrument calibration verification, data and initial settings made to devices. C. Immediately correct all defects and malfunctions disclosed by tests. Use new parts and materials as required and approved and retest. Submit a report certifying completion of verification of each instrument system. This report shall indicate calculated system tolerances, verification that system meets these tolerances, and any provisional settings made to devices. This report shall list instrument readings in actual engineering units such as gallons per minute, feet, psi, etc., rather than 0 to 100 percent. 3.08 JOBSITE TEST A. After the PLC has been installed at the jobsite, a demonstration of compliance with all functional objectives shall be made under actual or simulated operating conditions, subject to favorable review by the Engineer. B. Prepare a detailed written witnessed test procedure to be submitted at least two weeks prior to start of the test. The test procedure shall describe testing methods and provide detailed specification of the input data and data sequences to be used in the test. If, in the opinion of the Engineer, a resubmission of the proposed test procedure is required, the date for the performance of this test shall be set at least four weeks following delivery of the resubmitted test procedure. C. Final Operational Testing: Upon completion of instrument verification, test all systems under process conditions in the presence of the City, the Engineer, and the General Contractor's System Integrator. System testing shall be accomplished in accordance with the approved Test Plan (Paragraph 1.05.H). The test for each portion thereof shall be witnessed, documented and signed off upon completion by the Engineer. The intent of this test is to demonstrate and certify the operational interrelationship of plant instrumentation and control systems. This testing shall include, but not be limited to: 1. Making final adjustments to levels, alarms, etc. 2. Optimum tuning of controllers. 3. Checking all alarms, failure interlocks, and operational interlocks. 4. Verifying all computer input and outputs and HMI displays are fully functional. 5. Verifying automatic computer-generated reports are performing satisfactorily. 6. Immediately correcting all defects and malfunctions and retesting. Contract No. 5529 17000 - 13 General Instrumentation and Rev. 9/17/15 Control Requirements 7. Submit the witnessed test results and a transmittal letter indicating that all required systems have been tested satisfactorily and the systems meet all the functional requirements of their applicable specifications. D. Submit the results of the test in a formal document within two weeks following satisfactory performance of the test. The test results shall document all problems encountered in running the test, corrective action taken, and the detailed results of each phase of the test. 3.09 PROGRAMMING A. PLC Programming: 1. All logic shall be programmed in a manner that provides a separate logic scheme for each individual function to be performed. No block control of many addresses that perform the same functions. 2. All control logic shall be contained in the PLC programming logic. 3. All alarms shall have a time delay. 4. PLC program shall be written in a way that permits expansion. 5. All word addresses and bits shall be documented. 6. All rungs shall have functional process control documentation. B. HMI Programming: 1. All tag names or references shall have operationally descriptive names. Do not use sequentially numbered references that do not describe how or where the tag is used in the system. 2. No scripting shall be used for control of the SFF Media System. 3.10 TRAINING A. To familiarize the City's personnel with PLC operation, training shall be provided. The training course shall be conducted under the direction of a training director who shall design a detailed training plan that complements the experience and skill levels of the City's personnel. The training course shall be conducted at the treatment plant. The text for the training shall be the O&M Manual and selected handouts. The City may videotape the training at the City's expense. END OF SECTION Contract No. 5529 17000 - 14 General Instrumentation and Rev. 9/17/15 Control Requirements SECTION 17010 INSTRUMENTATION AND CONTROLS, GENERAL REQUIREMENTS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Work Included: 1. Provide all tools, equipment, materials, and supplies and be responsible for all labor required to complete the installation, startup and operational testing of a complete and operable Instrumentation and Control (I&C) System as indicated on the Drawings and as specified herein. 2. Provide all the necessary equipment components and interconnections along with the services of manufacturers' engineering representatives necessary to ensure that the Owner receives a completely integrated and operational l&C system as herein specified. 3. Provide all terminations for wiring at field mounted instruments, equipment enclosures, alarm and status contacts. 4. Provide all Instrumentation and Control wire required for a fully functioning Instrumentation and Controls System as shown on the Drawings except for wire specifically specified in Division 16. See Section 16010. B. Work Specified in Other Divisions: 1. Division 16 work, including all instrumentation and controls conduit, and only that wire specified in Division 16. Refer to Division 16 Specifications for specific requirements for wire, conduit, grounding, and other electrical equipment. 1.02 REFERENCE STANDARDS A. American National Standard Institute (ANSI) Publications: 1. Y14.15a Drafting Practice 2. C62.1 Surge Arrestors B. Instrumentation Society of America (ISA) Publications: 1. S5.4 Instrument Loop Diagrams 2. 520 Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves 1.03 l&C SUBCONTRACTOR QUALIFICATIONS A. An l&C Subcontractor shall be an electrical contractor who has demonstrated experience in purchasing, calibrating, fabricating, installing and testing the Instrumentation and Control (I&C) products listed in this Specification Section. Normally, the l&C Subcontractor is a systems house regularly engaged in the business of panel fabrication, control component procurement, programmable logic controller and personal computer (PC) application in the process control industry. B. The l&C Subcontractor has been regularly engaged for a period greater than five years in performing all aspects of the type of work specified in this Section and shown on the Drawings. Contract No. 5529 17140 - 1 Instrumentation and Controls, Rev. 9/17/15 General Requirements 1.04 l&C SUBCONTRACTOR SYSTEM RESPONSIBILITIES A. General: The l&C equipment as specified in this Division shall be considered an integrated system. Entire system installation including calibration, verification, startup, operation testing, and training shall be performed by qualified personnel, possessing all the necessary skills and equipment, and who have had experience performing similar installations. Instrumentation and control systems drawings are diagrammatic only; it is the responsibility of the Contractor to obtain technical data, determine performance requirements, develop instrumentation detail installation designs, and coordinate the selection of specified equipment with Contractor supplied equipment to meet the design conditions stated. B. System Responsibilities: 1. Instrumentation and control system drawings are diagrammatic only. Ensure that all components of the instrumentation system, including primary measuring, indicating, transmitting, receiving, recording, totalizing, controlling, and alarming devices and all appurtenances are completely compatible and shall function as outlined and shall furnish and install such additional equipment, accessories, etc., as are necessary to meet these objectives at no cost to the Owner. 2. Compatibility: See that all components of the instrumentation system, including equipment specified under other Divisions, are completely compatible and function properly as a system. Provide such additional equipment, accessories, etc., as are necessary to meet these objectives at no cost to the Owner. 3. Coordination: For control components, devices, and systems specified in Divisions 16 and 17, or shown on the Drawings. a. Provide technical advice to mechanical and electrical subcontractors as necessary regarding their installation of instruments. b. Verify the correctness of installation of all instruments. c. Verify that the proper type, size, and number of control wires with their conduits are provided. d. Verify that the proper type, size, and number of pneumatic tubes with their conduits are provided. e. Verify that proper electric power circuits provided for all components and systems. f. Resolve all manufacturers' installation discrepancies between requirements and the detail requirements of the Drawings and Specifications. g. Supervise final signal connections, both electric and pneumatic, to all process instrumentation and control equipment. h. Adjust, startup, and test all process instrumentation and control equipment. i. Provide specified documentation and training. 4. Performance: While the Drawings provide sufficient information to establish the form and function of the systems and their relationships, the responsibility for system integration and performance rests solely with the Contractor. The Engineer provides technical instruction and guidance where needed. 5. Site and Instrument Inspection: Inspect site for conformance to Drawings, paying special attention to space allocation and dimensions shown or required on Drawings. Inspect completed work and verify that it is ready for installation of instruments and equipment. Inspect each instrument and piece of equipment for damage, defects, completeness, and correct operation before installing. Contract No. 5529 17140 - 2 Instrumentation and Controls, Rev. 9/17/15 General Requirements 1.05 SUBMITTALS A. Refer to Division 1 for required method of preparation and transmittal, and conform to requirements herein. B. Shop Drawings: Submit shop drawings (diagrams) for review in complete bound sets indexed by Specification number, with exterior tabs marked by subject. Submit manufacturer's catalog cuts for each item for which shop drawings are not required. Manufacturer's catalog cuts, specifications or data sheets shall be clearly marked to delineate the options or styles to be furnished. Show dimensions, physical configurations, methods of connecting instruments together, mounting details, and wiring schematics. Drawings shall be complete with device tag numbers, wire numbers and terminal board numbers. Submit fabrication details, nameplate legends, and control panel internal wiring and piping schematic drawings. Submit panel graphic drawings where applicable. Include material lists and/or bills of material. 1. Loop/Interconnect Diagrams: Submit a set of analog and discrete wiring diagrams combining the elements of Sketches 17010-1 and 17010-2 that shows the complete details of installation of instruments and control system components. Include on each drawing the conduit number, wire numbers, the conduit run (via pullboxes, handholes, terminal cabinets, etc.) wiring interconnection and termination points. 2. Elementary Diagrams: Submit an elementary diagram (also known as a schematic diagram - see Sketch 17010-3) for control, protection, and monitoring circuits. Elementary diagrams are not required for lighting, communications and those systems clearly defined on the single line diagram. Show all interconnections between power sources, apparatus, and device elements of a particular system or equipment, and all interlocks with other systems in a manner which fully indicates circuit function and operation. Refer to the Drawings for functional and operational requirements. C. Specification Forms: 1. Submit completed Specification Forms per ISA S20, including those instrumentation and control components directly related to process control, but specified in other Divisions of these Specifications. 2. Include on each form the assigned tag numbers, manufacturer's part numbers, and device data. More than one tag numbered item may be included on a sheet. D. As-Built Drawings: Submit a revised set of shop drawings that incorporates all change orders and modifications made during performance of the work. In addition to updated loop diagrams, interconnect diagrams and elementary diagrams, submit equipment and device wiring diagrams (see Sketch 17010-4) and other drawings as necessary to depict the "as-built" condition of equipment. Include all installed field and panel conduit and piping/tubing runs and routing, tray systems, supports, mounting details, interconnection diagrams with cable, wire, tube and termination numbers. Coordinate all drawings with the conductor identification requirements in Contract No. 5529 17140 - 3 Instrumentation and Controls, Rev. 9/17/15 General Requirements Section 16120 and Section 16124. Submit a copy of CAD produced drawings on magnetic media in AutoCAD DWG format. E. Operation and Maintenance Manuals: Furnish Operation and Maintenance Manuals, including Instruction Manuals and Part Lists, for equipment provided under Division 17 as required by Division 1. Obtain data from manufacturers, and format and bind as specified. Obtain distribution method instructions from the Owner or his representative. 1. Schedule: Deliver at least two (2) copies of manuals in 3-ring binders (8-1/2 by 11-inch format) not later than the equipment shipment date. 2. Contents: Include in manuals not less than the following information, as applicable, for each instrument, equipment, subsystem and/or control loop: a. General, introduction and overall description, purpose, functions, simplified theory of operations, etc. b. Specifications (including equipment specification data sheet as described above under Shop Drawings), sufficiently detailed for reordering exact duplicates of the original items. c. Installation instructions, procedures, sequences, tolerances, and precautions. d. Operational procedures. e. Shutdown procedures. f. Maintenance, calibration, and repair instructions. g. Parts list and spare parts recommendations. h. Calibration curves, rating tables, and any other data showing the relationship of the variable inputs and the calibrated output of all measuring devices and controlled equipment. 3. Format: a. Use drawings and pictorials to illustrate the text to the extent necessary to insure a clear, concise presentation. If manuals have been written to cover a family of similar instruments or equipment, strike out inapplicable information in a neat fashion or emphasize applicable portion by heavily weighted arrows, circles or boxes; whichever provides the clearest and neatest presentation. b. Group manuals by system control panels, including field instrumentation connected or associated with the panel. Where identical instruments are used in more than one control loop or subsystem, include only one instruction manual, per panel grouping; however, an index by tag number for all instruments shall identify its location in that manual. c. Provide control loop and/or subsystem operational descriptions to identify the function of each instrument and its relation to the other instruments in the loop. 4. Binding: Bind each manual in a cover which indicates the panel or process area to which it applies, manufacturer's name, local address and telephone number, and year of purchase. Punch and bind manuals in standard three ring binders and include system name and subcontractor's name on binding. F. Accessory and Maintenance Materials: Submit data for the following items: 1. Special Tools and Accessories: Special tools, instruments, and accessories for maintaining instruments and equipment requiring periodic repair and adjustment as specified elsewhere herein. Also, furnish special lifting and handling devices for equipment requiring such devices. Contract No. 5529 17140 - 4 Instrumentation and Controls, Rev. 9/17/15 General Requirements 2. Maintenance Materials and Spare Parts: Submit a list of manufacturer recommended spare parts for each item specified. Refer to other sections of these Specifications. G. Test Reports: Submit the following test reports as described herein: 1. Instrument Calibration Data Sheets 2. Instrument Verification Report 3. Final Operational Testing H. Demonstration and Final Operation Test Plan and Results: Submit a document that outlines all procedures to be used in final operational testing of instrument and control systems. Include a description of each system, the scope of testing, test methods and materials, testing instruments and recorders, a list of functional parameters to be recorded on each item, and Shop Drawings showing temporary bypasses, jumpers, and devices. 1.06 QUALITY ASSURANCE A. Standard of Quality: The Contractor shall provide equipment of the types and sizes specified which has been demonstrated to operate successfully. Provide equipment which is new and of recent proven design. 1.07 INSPECTIONS A. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so that an inspection can be arranged at the factory. B. Inspection of the equipment at the factory by the Engineer will be made after the manufacturer has performed satisfactory checks, adjustments, tests and operations. C. Favorable review of the equipment at the factory only allows the manufacturer to ship the equipment to the project site. The Contractor shall be responsible for the proper installation and satisfactory startup operation of the equipment to the satisfaction of the manufacturer and the Engineer. 1.08 DRAWINGS A. Drawings: The Instrumentation Drawings are diagrammatic; exact locations of instrumentation products shall be determined in the field by the Engineer. Except where special details are used to illustrate the method of installation of a particular piece or type of equipment or material, the requirements or descriptions in this Specification shall take precedence in the event of conflict. 1. Locations of equipment, inserts, anchors, motors, panels, pull boxes, manholes, conduits, stub-ups, fittings, power and convenience outlets, and ground wells are approximate unless dimensioned; verify locations with the Engineer prior to installation. Field verify scaled dimensions on Drawings. 2. Review the Drawings and Specification Divisions of other trades and perform the instrumentation work that will be required for the installations. Contract No. 5529 17140- 5 Instrumentation and Controls, Rev. 9/17/15 General Requirements 3. Should there be a need to deviate from the Instrumentation Drawings and Specifications, submit written details and reasons for all changes to the Engineer for favorable review. 4. Resolution of varying interpretations of the Contract Documents shall conform to Division 0, General and Supplementary Conditions. 5. The Drawings provide details of installation and supersede the manufacturer's recommendation where a conflict exists. 1.09 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Box, crate, or otherwise enclose and protect instruments and equipment during shipment, handling, and storage. Keep all equipment dry and covered from exposure to weather, moisture, corrosive liquids and gases or any element that could degrade the equipment. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Notify the Engineer in writing in the event that any equipment or material is damaged. Obtain prior favorable review by the Engineer before making repairs to damaged products. PART 2 - PRODUCTS 2.01 MATERIALS AND STANDARD SPECIFICATIONS A. Provide instruments, equipment and materials suitable for service conditions and meeting standard specifications such as ANSI, ASTM, ISA, and SAMA. The intent of this Specification is to secure instruments and equipment of a uniform quality and manufacture throughout the plant. All instruments in the plant of the same type shall be made by the same manufacturer. 2.02 NAMEPLATES A. For each piece of equipment, provide a manufacturer's nameplate showing his name, location, the pertinent ratings and the model designation. B. Identify each piece of equipment and related controls with a rigid laminated engraved phenolic nameplate. Engrave nameplates with the inscriptions indicated on the Drawings and, if not so indicated, with the equipment name. Securely fasten nameplates in place using two stainless steel screws or, where favorably reviewed by the Engineer, with epoxy cement. Where no inscription is indicated on the Drawings, furnish nameplates with an appropriate inscription furnished by the Engineer upon prior request by the Contractor. C. Each control device, including pushbuttons, control switches, and indicating lights, shall have an integral legend plate or nameplate indicating the device function. These shall be inscribed as indicated on the Drawings or as favorably reviewed by the Engineer. D. Provide CAUTION or SAFETY nameplates to alert operators of special conditions that may result in faulty equipment operations. Devices containing batteries that must be replaced periodically must be clearly identified. Nameplates are not required if the device senses and displays a low battery warning. 2.03 NAME TAGS Contract No. 5529 17140 - 6 Instrumentation and Controls, Rev. 9/17/15 General Requirements A. All instrumentation and equipment items or systems shall be identified by name tags. Field equipment shall be tagged with the assigned instrumentation tag number listed on the Drawings. B. Name tags shall be stainless steel with engraved or stamped black characters of 3/16-inch minimum height. Tags shall be attached to equipment with a tag holder and stainless steel band with a worm screw clamping device. Use 20-gauge stainless steel wire where banding is impractical. For field panels or large equipment cases use stainless steel screws; however, such permanent attachment shall not be on an ordinarily replaceable part. 2.04 FIELD-MOUNTED EQUIPMENT A. All instrument and control equipment mounted outside of protective structures shall be equipped with suitable surge arresting devices to protect the equipment from damage due to electrical transients induced in the interconnecting lines from lightning discharges or nearby electrical devices. Protective devices used on 120 Vac inputs to field mounted equipment shall be secondary valve surge protectors conforming to the requirements of ANSI C62.1. 2.05 EQUIPMENT OPERATING CONDITIONS A. All equipment shall be rated for normal operating performance with varying operating conditions over the following minimum ranges: 1. Electrical Power: 120 Vac ±10%, 60 Hz, unregulated, except where specifically stated otherwise on the Drawings or in the Specifications, or when two-wire, loop-powered devices are specified. 2. Field Instruments: a. Outdoor Areas: Ambient Temperature: +15°F to +120°F Ambient Relative Humidity: 5% to 100% Weather: Rain 2.06 EQUIPMENT LOCATIONS A. Provide equipment and materials suitable for the types of locations in which they are located as defined under Division 16. All equipment specified for field mounting shall be weatherproof and splash proof as a minimum. If electrical or electronic components are contained within the equipment, they shall be housed in NEMA 4X enclosures, and NEMA 7 in hazardous locations unless noted otherwise on the Drawings. 2.07 ANALOG SIGNAL INDICATED UNITS A. For all instruments with local or remote indicators, provide indicators scaled in actual engineering units, i.e., gallons per minute, feet, psi, etc., rather than 0 to 100%, unless noted otherwise on the Drawings. Contract No. 5529 17140 -7 Instrumentation and Controls, Rev. 9/17/15 General Requirements 2.08 SIGNAL TRANSMISSION A. Analog: 1. Signal transmission between electric or electronic instruments shall be 4-20 mA and shall operate at 24 Vdc. Signal output from all transmitters and controllers shall be current regulated and shall not be affected by changes in load resistance within the unit's rating. Where practical, milliampere signals from the field shall be converted to a voltage signal at the external terminals of each panel, and all instruments within a panel shall be parallel wired. 2. Nonstandard transmission systems such as impulse duration, pulse rate, and voltage regulated will not be permitted except where specifically shown on the Drawings. When transmitters with nonstandard outputs do occur, their output shall be converted to 4-20 mA prior to transmission. B. Discrete: All alarm and status signals shall be 24 Vdc unless specified otherwise. 2.09 PAINTING A. Factory paint all instruments and equipment except where installed in pipelines. Where instrument panels are installed adjacent to electrical control panels provided under Division 16, provide instrument panels of identical color to that of electrical control panels. Paint as required in Division 9 for structural supports, brackets, etc. Repair damaged factory paint to satisfaction of the Engineer. Feathering, priming and painting shall produce a reasonable match to the surrounding paint work. 2.10 FASTENERS A. Fasteners for securing equipment to walls, floors and the like shall be either hot-dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in corrosive locations. When fastening to existing walls, floors, and the like, provide capsule anchors, not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is 3/8-inch. 2.11 INSTRUMENT CALIBRATION A. Each field instrument shall be calibrated at 0%, 25%, 50%, 75% and 100% of span using test instruments to simulate inputs and read outputs that are rated to an accuracy of at least 5 times greater than the specified accuracy of the instrument being calibrated. Such test instruments have accuracies traceable to the National Institute of Standards and Technology (NIST). B. Submit a written report to the Engineer on each instrument. This report shall include a laboratory calibration sheet or the manufacturer's standards calibration sheet on each instrument and calibration reading as finally adjusted within tolerances. C The Contractor may, at his option, choose to perform calibration on an instrument by acquiring the services of an independent test lab, or by obtaining the required test instruments and performing the calibration. Contract No. 5529 17140 - 8 Instrumentation and Controls, Rev. 9/17/15 General Requirements PART 3- EXECUTION 3.01 MOUNTINGS A. Mount and install equipment as indicated. Mount field instruments on pipe mounts or other similar means in accordance with suppliers' recommendation. Where mounted in control panels, mount according to requirements of that section. B. Equipment specified for field mounting shall be suitable for direct pipe mounting or surface mounting, surface-mounted indicators and equipment with calibration adjustments or requiring periodic inspection shall be mounted not lower than 3 feet-6 inches nor higher than 6 feet above walkways, plafforms, catwalks, and the like. C. Note that applicable specifications require detail drawings showing seismic sway bracing design and anchorage requirements for their equipment. Seismic zone requirements are specified in Division 1. D. All devices shall be accessible to operators for servicing, operating, reading, etc. Provide permanent platforms to assure devices are continuously accessible. 3.02 PROCESS CONNECTIONS A. Provide instrument impulse tubing (see Part 2) to meet the intended process service and ambient environmental condition for corrosion resistance, etc. Install impulse tubing with a continuous slope according to service to promote self-draining or venting back to the process. Terminate connection to process lines or vessels in a service rated roof valve, provided under other Divisions, that will permit closing off the impulse line or removal of the element without requiring shut down of the process. Include blowdown of drip legs and valves for terminations of impulse lines at the instruments. B. Process vessels, line penetrations, and root valves shall be furnished and installed under other Divisions of these Specifications. Instrument tubing and valve manifolds are installed as part of this Specification. 3.03 FIELD WIRING A. Ring out signal wiring prior to termination and perform surge withstand tests where required (see Section 16010, Part 3 for methods). Verify wire number and terminations are satisfactory as designated on the Loop and Interconnect Diagrams. Verify all terminations are tight and shields are uniformly grounded at one location. 3.04 ELECTROMAGNETIC INTERFERENCE (EMI) A. Construction shall proceed in a manner which minimizes the introduction of noise (RFI/EMI) into the l&C System. B. Cross signal wires and wires carrying ac power or control signals at right angles. Contract No. 5529 17140 - 9 Instrumentation and Controls, Rev. 9/17/15 General Requirements C. Separate signal wires from wires carrying ac power or switched ac/dc control signals within control panels, terminal cabinets, telemetry equipment, multiplexer cabinets, and data loggers as much as possible. Provide the following minimum separations within such equipment unless indicated otherwise on the Drawings: Power Wiring Capacity Separation (Inches) 120 volts ac or 10 amps 12 240 volts ac or 50 amps 18 480 volts ac or 200 amps 24 4,160 volts ac or 800 amps 48 3.05 SIGNAL GROUNDING A. Proper grounding of equipment and systems in this Division is critical. 1. Ground all signal shields, signal grounds, and power supplies at an isolated signal bus within the control panel. The shields at the far ends of these signal cables must be disconnected (floated) from any ground to prevent ground loops. 3.06 PREPARATION A. Ensure that installation areas are clean and that concrete or masonry operations are completed prior to installing instruments and equipment. Maintain the areas in a broom-clean condition during installation operations. B. Panels shall be protected during construction to prevent damage to front panel devices and prevent dust accumulation in the intervals. Other protective measures (lamp, strip heaters, etc.) shall be included as weather conditions dictate. 3.07 FIELD TESTING A. General: The purpose of the field testing is to verify instruments are calibrated and operationally performing their intended function. Provide the services of factory trained and experienced engineers to perform verification and operational testing as prescribed below. Since the initial calibration of instruments may not satisfy the final operation of system, perform recalibration or adjust setpoints as required to satisfy the performance requirements of the system. Notify the Engineer and Owner in writing a minimum of 48 hours prior to the proposed date for commencing final operational testing and acceptance. B. System Verification Testing: Verify that each instrument shown on the Drawings is operating and calibrated as specified in the Specificaitons by simulating inputs at the primary element in each system loop and verify performance at loop output devices (i.e. recorder, indicator, alarm, etc., except controllers). Simulate inputs at 0%, 25%, 50%, 75%, and 100% of span or with on-off inputs, as applicable. During system verification: 1. Make initial or provisional settings on levels, alarms, etc. 2. Verify controllers by observing that the final control element moves in the proper direction to correct the process variable as compared to the set point. Contract No. 5529 17140 - 10 Instrumentation and Controls, Rev. 9/17/15 General Requirements 3. Cause malfunctions to sound alarms or switch to standby to check system operation. 4. Check all loop instruments thoroughly for correct operation. 5. Immediately correct all defects and malfunctions disclosed by tests. 6. Submit a report certifying completion of verification of each instrument system. This report shall include a data sheet on each instrument tested that indicates instrument tolerances, instrument calibration verification, data and initial settings made to devices. C. Final Operational Testing: Upon completion of instrument verification, test all systems under process conditions in the presence of the Owner or designated representative. System testing shall be accomplished in accordance with the approved Test Plan (Paragraph 1.071) The test for each portion thereof shall be witnessed, documented and signed off upon completion by the Engineer. The intent of this test is to demonstrate and certify the operational interrelationship of plant instrumentation and control systems. This testing shall include, but not be limited to: 1. Making final adjustments to levels, alarms, etc. 2. Optimum tuning of controllers. 3. Checking all alarms, failure interlocks, and operational interlocks. 4. Verifying all computer input and outputs and CRT displays are fully functional. 5. Verifying automatic computer-generated reports are performing satisfactorily. 6. Immediately correcting all defects and malfunctions and retesting. 7. Submit the witnessed test results and a transmittal letter indicating that all required systems have been tested satisfactorily and the systems meet all the functional requirements of their applicable specifications. 3.08 INSTRUCTION OF OWNER'S PERSONNEL A. Provide the services of a factory trained and field experienced instrumentation engineer to conduct group training of up to five of the Owner's designated personnel in the operation of each instrument system. This training shall be performed during the operational testing period. Include instruction covering basic system theory, operating principles and adjustments, routine maintenance and repair, and "hands on" operation. The text for this training shall be the Operation and Maintenance Manuals furnished under these Specifications. END OF SECTION Contract No. 5529 17140 - 11 Instrumentation and Controls, Rev. 9/17/15 General Requirements SECTION 17140 LEVEL MEASUREMENT PART 1 - GENERAL 1.01 SECTION INCLUDES A. This Section specifies level measurement devices for process instrumentation, auxiliary equipment and supplies directly related to the installation of and operation of these pressure measurement devices, to perform the required functions in conjunction with information and equipment specified in other Sections of Division 17 and Division 13. B. Requirements of Section 17010 form a part of this Section. C. Furnish and install level measurement instruments and all appurtenant work suitable for the process fluid and installation area classification, at ambient temperatures, complete and operable, and capable of continuous operation. 1.02 SUBMITTALS A. Shop drawings to be submitted in this Section shall be made in one package. Submit material or equipment data in accordance with the requirements of Section 17010. B. Shop Drawings: In addition to the requirements of Section 17010, shop drawings shall include for each type of instrument: supply voltage and frequency, electrical load, accuracy, description of operation, operating instructions, and calibration procedure. C. Installation Method: The proposed method of mounting sensors and instruments shall accompany all shop drawings. D. Parts List: Submit a Parts List with current net prices and a list of recommended spares. 1.03 QUALITY ASSURANCE A. Manufacturer: In addition to the requirements of Section 17010, level measurement devices furnished shall be manufactured by firms regularly and currently engaged in the design and manufacture of similar equipment. All equipment furnished shall be new and of current design. B. Maintainability: All equipment shall be designed for ease of maintenance and repair, and access to critical parts shall not require a major disassembly. Internal field adjustments where permitted or required herein shall be easily accessible upon removal of a panel or cover. C. Materials and Installation: Materials and installation shall comply with the requirements of the current editions of referenced electrical codes and standards, and the codes and standards referred to shall be used for establishing the minimum quality of the materials and equipment supplied and installed. All equipment of the same type shall be products of the same manufacturer. Capacities of all equipment shall not be less than that indicated in the Instrument Index. Contract No. 5529 17140 - 1 Level Measurement Rev. 9/17/15 PART 2- PRODUCTS 2.01 LEVEL TRANSMITTERS A. General: Electric-indicating type submersible pressure transmitters shall convert a differential or gauge pressure measurement to a 4-20 mAdc linear electric output signal capable of transmission into a least a 600 ohm maximum load at 24 Vdc or less. Signal and power transmission shall be provided by a single pair of wires. Allowable operating ambient temperature shall be a least -10 to 70 degrees C. B. Range: Instrument range shall from 0 to 10 feet. For factory set models that do not have an adjustable calibration, the range shall be the range nearest the stated range that meets the requirements of the physical installation. Engineer approval must be obtained for the ranges not matching the schedule. C. Specifications: Reference accuracy shall be 0.2% of calibrated span or better. Drift shall be not greater than 0.1% of calibrated span per year. Over range protection shall be at least 1.5 times the range with no degradation of accuracy within the over range window. Instrument shall rated for the class and division indicated on the drawings. D. Construction: The sensor shall be within a sealed probe with cable suitable for the process fluid. Transmitter shall be within the sealed assembly. Cable is to be attached to the top of the chamber with a strain relief to allow adjustment of probe depth. Attachment location must be readily accessible for maintenance. E. Manufacturer and Model: Vega VEGAWELL 52, or approved equal. PART 3- EXECUTION 3.01 INSTALLATION A. Installation, testing, calibration, validation, startup and instruction shall be in accordance with Section 17010 and manufacturer's requirements. END OF SECTION Contract No. 5529 17140 - 2 Level Measurement Rev. 9/17/15 SECTION 17141 LEVEL DETECTION PART 1 - GENERAL 1.01 SECTION INCLUDES A. This Section specifies level measurement devices for process instrumentation, auxiliary equipment and supplies directly related to the installation of and operation of these pressure measurement devices, to perform the required functions in conjunction with information and equipment specified in other Sections of Division 17. B. Requirements of Section 17010 form a part of this Section. C. Furnish and install level detection instruments and all appurtenant work suitable for the process fluid and installation area classification, at ambient temperatures, complete and operable, and capable of continuous operation. 1.02 SUBMITTALS A. Shop drawings to be submitted in this Section shall be made in one package. Submit material or equipment data in accordance with the requirements of Section 17010. B. Shop Drawings: In addition to the requirements of Section 17010, shop drawings shall include for each type of instrument: contact rating, description of operation, operating instructions, and calibration procedure. C. Installation Method: The proposed method of mounting sensors and instruments shall accompany all shop drawings. D. Parts List: Submit a Parts List with current net prices and a list of recommended spares. 1.03 QUALITY ASSURANCE A. Manufacturer: In addition to the requirements of Section 17010, level detection devices furnished shall be manufactured by firms regularly and currently engaged in the design and manufacture of similar equipment. All equipment furnished shall be new and of current design. B. Maintainability: All equipment shall be designed for ease of maintenance and repair, and access to critical parts shall not require a major disassembly. Internal field adjustments where permitted or required herein shall be easily accessible upon removal of a panel or cover. C. Materials and Installation: Materials and installation shall comply with the requirements of the current editions of referenced electrical codes and standards, and the codes and standards referred to shall be used for establishing the minimum quality of the materials and equipment supplied and installed. All equipment of the same type shall be products of the same manufacturer. Capacities of all equipment shall not be less than that indicated in the Instrument Index. Contract No. 5529 17140 - 1 Level Detection Rev. 9/17/15 PART 2- PRODUCTS 2.01 FLOAT TYPE LEVEL SWITCHES A. Float switch body shall be constructed of Teflon®-coated, 20 gauge, 316 stainless steel housing measuring not less than 5" in diameter. B. A long life, high reliability, potted SPST magnetic reed switch rated for not less than 100 VA at up to 250 Volts shall be mounted inside the float and connected to a multi-stranded, 2 conductor plus ground, 16 gauge, CPE jacketed cable. The cord shall have fine strand conductors made especially for heavy flexing service. The cable connection point shall be potted in epoxy providing a strong bond to the float and reed switch forming a water/moisture tight connection. C. A flexible Neoprene sleeve, not less than 1/8" thick, shall be provided over the CPE jacketed cable extending not less than 5" from the top of the mounting bracket extending down through the cable mounting bracket hinge point to the top of the float switch body, providing cable stress point relief and extended operational life. D. A 316 stainless steel flanged cable mounting clamp assembly shall be supplied allowing cable mounting. E. The float switch assembly shall provide a minimum of two pounds of buoyancy in solutions with a specific gravity of 1.0 (water) and shall have an operating temperature rating of-31 to 194 degrees F (-35 to +90 degrees C). F. Each float switch shall be provided with a cable long enough to reach the nearest available splicing location outside of the classified hazardous area. G. The float switch shall be supplied with a common stainless steel suspension kit with anchor weight, sized for the installation conditions as shown on the Drawings. H. Provide intrinsically safe relays for switches installed in hazardous locations, as required in Section 17010. Manufacturer and Model: Siemens Water Technologies 9G-EF, or approved equal. PART 3- EXECUTION 3.01 INSTALLATION A. Installation, testing, calibration, validation, startup and instruction shall be in accordance with Section 17010 and manufacturer's requirements. END OF SECTION Contract No. 5529 17140 - 2 Level Detection Rev. 9/17/15