Loading...
HomeMy WebLinkAboutAhrens Corporation; 1999-08-23; 34921BOC # 2002-0375707 Recording requested by: 1 CITY OF CARLSBAD 1 1 4% \ MQY 02. 2002 4:13 PW OFFICIAL REmm s(IN DIEW CWKlY REWRDER'S OFFICE GREGORY J. SHITHI CWNTY RECORDER FEES: 0.00 'le When recorded mail to: 'Tv City Clerk I 1 1 1 City of Carlsbad 1 1200 Carlsbad Village Dr. 1 Carlsbad, CA 92008 ) Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on January 6. The name of the contractor for such work of improvement is Ahrens Corporation. 7. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the Chinquapin Sewer Lift Station, 6-Inch Force Main and 8-Inch Sewer, Project No. 34941. described. 92008. 11, 2002. CITY OF CARLSBAD 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 Council of said City on Auril 16 , 2002, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct Executed on April 19 , 2002, at Carlsbad, California. CITY OF CARLSBAD City Clerk KAREN R. KUNDTZ, Assistant City Clerk Resolution No. 2002-119 AB 16,721 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL - C/d #5 Project: #34941, CHINQUAPIN SEWER LIFT STATION PROJECT Date Routed: To: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Reasons for changes: Item 1: Item 2: Rip-rap is needed on the slopes below the lift station to prevent erosion. A lockable enclosure is needed for the pump disconnect switches to protect the switches from vandalism and the weather. COST ACCOUNTING: Original contract amount ....... ........................................................ $ 345000.00 J Total amount this c/o.. ........... ........................................................ Total amount of previous c/o’s ....................................................... f 3;.;;;.;; ’ Total c/o’s to date ......................................................................... $ 39:333:00/ New Contract Amount.. ................................................................. $ 384,333.OO Total c/o’s as % of original contract ................................................ 11.4% Contingency monies encumbered.. ................................................ $ 24,OOO.OO ’ Contingency increase or decrease.. ............................................... $ 21 ,OOO.OO ’ Contingency Subtotal.. .................................................................. $ 45000.00 Total c/o’s to date .................. ........................................................ $ 39.333.00’ Contingency Balance ............. ....................................... .............. $ 5,667.OO CITY OF CARLSBAD PROJECT: #34941, CHINQUAPIN SEWER LIFT STATION PROJECT CONTRACT CHANGE ORDER NO. 5 CONTRACT NO. 34941 P.O. NO. PI 07905ACCOUNT NO. 51570009060/34941900 J CONTRACTOR: AHRENS CORPORATION ADDRESS: 5959 MISSION GORGE RD., #205 SAN DIEGO, CA 91950 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC, 1997, perform the following: Item 1: Install 315 SF of rip-rap, 18” thick, on the south and east slopes below the lift station as directed by the project inspector. All new rip-rap to match size and color of existing rip-rap on the west end of the south slope, all for the lump sum price of $2,312.00. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 2,312.OO Item 2: Install a lockable 66”x48”~32” 304 stainless steel cabinet around the pump disconnect switches including a 56”xlO”x4” extension to the concrete slab as specified in RFQ dated 2/2/01, all for the lump sum price of $6,319.00. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..$ 6,319.OO . . #34941, CHINQUAPIN SEWER LIFT STATION PROJECT Change Order No. 5 Page 2 TOTAL INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 8,631.OO TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY THREE (3) WORKING DAYS. RECOMMENDED BY: APPROVED BY: CONSTRUCTION MANAGER @ATE) PUBLIC WORKS MANAGER (DATE) &b DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR CHINQUAPIN SEWER LIFT STATION 6-INCH FORCE MAIN & &INCH SEWER CMWD PROJECT NO. 97-401 CONTRACT NO. 34921 JuLY17,1998 G 7/17/98 Contract No. 34921 Page 1 of 62 Pages TABLE OF CONTENTS Paae NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ; . . . . . . . . . . . . . 1 CONTRACTOR’S PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*.................................................................. 8 EQUIPMENT/MATEFIAL SOURCE INFORMATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 BID SECURITY FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 BIDDER’S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 GUIDELINES FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AMOUNT OF SUBCONTRACTOR’S BID” AND “DESIGNATION OF OWNER OPERATOR/LESSOR & AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR’S BID............ 19 DESIGNATION OF OWNER OPERATOR/LESSOR &AMOUNT OF OWNER OPERATOR/LESSOR WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 BIDDER’ S STATEMENT OF RE-DEBARMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 BIDDER’S DISCLOSURE OF DISCIPLINE RECORD . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _... 25 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 CONTRACT PUBLIC WORKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 ! LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 FAITHFUL PERFORMANCE/WARRANTY BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36 REPRESENTATION AND CERTIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 38 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39 SPECIAL PROVISIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42 Pnn+.aa.+ kin ?A031 Dnna 3 ni PC) Donae SPECIAL CONDITIONS r” TECHNICAL SPECIFICATIONS . . . . . . . . . . . . . . . . . . . .._......................................................................... 62 INFORMATION FOR CONTRACTOR A. TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST PHONE (760) 438-3367 EXT. 7128 B. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS RANDY KLAAHSEN ASSOCIATE ENGINEER PHONE (760) 438-3367 EXT. 7123 e 7/I 7198 Contract No. 34921 Page 3 of 62 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California 920081989, until 4:00 P.M. on the 17th , 19x, at day of June which time they will be opened and read, for performing the work as follows: CHINQUAPIN SEWER LIFT STATION 6-INCH FORCE MAIN & 8-INCH SEWER CMWD PROJECT NO. 97401 - CONTRACT NO. 34941 The work shall be performed in strict conformity with the specifications as approved by the City Council of the City of Carlsbad on file with the Ennineerinn Department. The specifications for the work include the Standard Specifications for Public Works Construction (1997 Edition, and the 1998 and 1999 supplements thereto,), all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the specifications for full particulars and description of the work. 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. 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. 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 Contract. 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 documents which comprise the Bidder’s proposal and that must be completed, properly executed and notarized are: a 7117t98 Contract No. 3492 1 Page 4 of 62 Pages 1. Contractor’s Proposal 2. Bidder’s Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors & Amount of Owner Operator/Lessor Work 6. Bidder’s Statement of Financial Responsibility 7. Bidder’s Statement of Technical Ability and Experience 8. Certificate of Insurance 9. Bidder’ s Statement Re Debarment 10. Bidder’s Disclosure Of Discipline Record 11 .Purchasing Department Representation and . Certification 12.Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer’s Estimate is $346,000. No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. The following classifications are acceptable for this contract: Class A General Contractor’s Licensein accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. Theescrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundable fee of If plans and specifications are to be mailed, the cost for postage should be added. $30.00 per set. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications 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 coy of which will be mailed or delivered to each person receiving a set of the contract documents. No addition to, or modification of or interpretation of any provision in the contract documents will be given orally nor may any bidder rely on oral directions. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. 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. a 7117198 Contract No. 34921 Page 5 of 62 Pages - 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 Subcontracting 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 pre-bid meeting and tour of the project site will be held at 9:00 A.M. on Tuesday, May18, 1999 at 5950 El Camino Real, Carlsbad, CA 92008. 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. 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. -. Bonds to secure faithful performance and warranty of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%), respectively, of the Contract price will be required for work on this project. 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 Special 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 contain 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 have (1) a rating in the most recent Best’s Key Rating Guide of at least A-V, and (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 and (2) cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non- owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. a 7117198 Contract No. 3492 1 Page 6 of 62 Pages 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. 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. No bid or bid security may be withdrawn for ninety (90) calendar days after the date bids are received. Approved by the City Council of the City of Carlsbad, California, by Resolution adopted on the 4th day of May ,I9 99 . No w-154 I Afetha L. l?&t&kra~ City Clerk a 71-l 7198 Contract No. 3492 1 Page 7 of 62 Pages City of Carlsbad June 2,1999 ADDENDUM NO. 1 RE: CHINQUAPIN SEWER LIFT STATION, 6-INCH FORCE MAIN AND 8-INCH SEWER, CONTRACT NO. 34941 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 Proposal Form/Bid when your bid is submitted. p F AZ-&/ RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1200 Carlsbad Village Drive l Carlsbad, CA 92008-l 989 - (760) 434-2803 l FAX (760) 434-l 987 @ -. CITY OF CARLSBAD CMWD PROJECT NO. 97-401 - CONTRACT NO. 34941 CONTRACTOR’S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 - The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 34941 in accordance with the Plans, Specifications, Special Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Item No. 1 2 3 SCHEDULE 1: STREET Description Mobilization and preparatory work at a lump sum amount not to exceed Ten Thousand Dollars (Lump Sum) Construct Chinquapin Sewer Lift Station including landscaping and traffic control per plan at Dollars (Lump Sum) 8” C900 PVC Force Main including seweraccesshole (S2) and traffic control per plan at IMPROVEMENTS Dollars (Lump Sum) G ?/I 7198 Approximate Quantity Unit and Unit Price Total LS LS $ rye $ IPJOOO 747 LF $ 5a si53~~ Contract No. 3492 1 Page 8 of 82 Pages - - Item Description ‘No. Description Approximate Quantity and Unit Unit Price Total /- 4 8” PVC SDR35 Sewer 209 LF including 2 concrete sewer accessholes (S2) including traffic control per plan at Dollars (Lump Sum) - Total amount of bid for Schedule 1 in words: &4-u c he fws&-Ld Total amount of bid for Schedule 1 in numbers: $ .? Price(s) given above are firm for 90 days after date of bid opening. -- e 7117198 WEMQ WTNESSED AND RECORDED: ‘$7” y$zz&g& E’!T!VAT%jRE Contract No. 34921 Page 9 of 62 Pages , Addendum(a) No(s). #I proposal. has/have been received and is/are included in this 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 t&~~r~~ license number 3 f a contractor within the State of California, valid1 , classification 11-30-99 J that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City Q 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded the contractor shall be properly licensed. Public Contract Code Q 20104. The Undersigned bidder hereby represents as follows: -- - 1. That no Council member, offitier, agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or 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 Bid Bond Cashier’s Check) for ten percent (10%) of the amount bid. (Cash, Certified Check, Bond or - The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the 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. g 7/l 7198 Contract No. 3492 1 Page 10 of 62 Pages IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code 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 (Street and Number) (4) Zip Code Telephone No. IF A CORPORATION. SIGN HERE (1) Name under which business is conducted Akens Corporation / (Signature) I / President (Title) Impress Corporate Seal here . . . . . . . . . . . . . . . a 7/I 7/98 Contract No. 3492 1 Page 11 of 62 Pages F . (3) Incorporated under the laws of the State of ra (4)placeofBusiness 5959 Mission Gorqe Rd #205 (Street and Number) City and State San Diego, CA 92120 (5) Zip Code 92120 Telephone No. (619)584-7123 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 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: Gregory S. Ahrens President Susan O'Connor Vice President Sylvia S. Ahrens Secretary/CFO -h e 7/l 7198 Contract No. 3492 1 Page 12 of 62 Pages -_ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego > SS. On June 17, 1999 ,beforeme, Nancy J. Doerring, Notary Public, Date Name and Title of Officer (e.g., ‘Jane Doe. Notary Public”) personally appeared Gregory S . Ahrens I Name(s) of Signer(s) El personally known to me q proved to me on the basis of satisfactory evidence to be the person@)- whose name(s) is/are- subscribed to the within instrument and acknowledged to me that h e.&b&#ey executed the same in his/b&#& authorized capacity@+ and that by his/h&t4& signature(en the instrument the persom or the entity upon behalf of which the person(s+ acted, executed the instrument. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: Cl Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact q Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Associabon - 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402 Pd. No. 5907 Reorder: Call Toll-Free l-800-876-6827 1 EQUIPMENT/MATERIAL SOURCE INFORMATION TO ACCOMPANY PROPOSAL The bidder shall indicate opposite each item of equipment or material listed below, the name of the one supplier and manufacturer of each item or equipment or material proposed to be furnished under the bid. Awarding of a contract under this bid will not imply approval by City or the manufacturers listed by the Bidder. - Equipment/Material ‘. /Y&7-i Manufacturer Manufacturer 2. P ff e+4 r- ggcp 3. Manufacturer MI /),ul - \ Manufacturer C e 7/17/98 Contract No. 3492 1 Page 13 of 62 Pages . ’ l - . I BIDDER’S BOND i-Cl ACCOMPANY PROPOSAL -KNOW ALL PERSONS BY THESE PRESENTS: UNITED PACIFIC Thal we. AHRENS CORPhATION as Principal, and INSURANCE COMPANY as Surety are held and firmly bound undo the City of Carlsbad, Cdifomio, in an amaunt as follows: , (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF AMOUNT BID for which payment, well and truly made, we bind oursolves, our heirs, executors and adminislrators, succe?sors or assigns, jointly and severally, firmly by theso prosents, THE CONOITION OF THE FOREGOING OBUGATION IS SUCH that if the proposal of the above- bounden Principal for: CHINQUAPIN SEWER LIFT STATION 6-INCH FORCE MAIN & 8-INCH SEWER CMWD PROJECT NO. 97-401 - CONTRACT NO. 34941 -..' ._ in lhe City of Cnrfsbx!, is xccpted by Iha City Council, and if Ihe Prtndpal shall duly enter Into and execute a Contract including required bonds and insurance policies wlthin twenly (20) days from the dale of award of Contract by the City Council of Ihe City of Carisbad, being duly notified of said award. then this obligation shall become null and void; othewise, it shall be and remaln in full fake and effect, and the amount speclfied herein shall LM 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 tho Surely from its obligations under this bond. Executed by PRINCIPAL this StH day of June ,I999 . PRINCIPAL: su”/uI d- 4-A rccs (pritit time here) & / @=o (No and o&nization of signatory) Exectited by SURETY this 1oTH day of June (19X. SURE-IY: UNITED PACIFIC INSURANCE COMPANY (name of Surety) (addreks of Surety) ANNEWRIGHT (prinked name of Attorney-in-Fact) (Attach corpomte resolulin shdwin~ current powor of allomey.) , (Propar notafgl acknowledgment of exe&Ion by PRINCIPAL end SURETY must be atlachcd.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only UNITED PACtFIC INSURANCE COMPANY ‘,POWEl? OF ATTORhtEY ‘,iSmI &f+cB# 4&i. hA@4 ,s)Y THESE ,pRESZNTq,,,vthat RElEfiwE S!IRETY COMPANY is a c?m)ratio+ty pqanized under tha taws of the State d-~~, “” ;““~~~“,14~a~“~~~~~~~ ~~,quj+$&E’ ‘&&t&@Y’ #and #Jrt-@tJ ,P&tFtfZ i~$Wt,4NCE @&4P#NY, he ‘cwp@@ons c#uYIy organlz~ under the,+ajstslqfy~- ‘$:;;i; ‘&&~o~&+fi~~:m;f @&q&#j ,and th&~E~~~~‘~.f~f@J&. lMNMN~ ‘COAIFFjhiNY4~k 81, cQqlofk&l dui$, O- wldem+e la@+f+‘+ w.+;~ ~‘:,,+ vi&@&~j&& ~~~~~~,~,~~~~ “&&q&j&$~~ #td ff$t~e Cotnpania& by Gi’tqe qf &,ignattir6 qriyb ‘4eals do t@@y maleh,r~@@ta @&I a@@!@ ~d:$@& &i&jn;,#$& wfi& vqb& j&&#,,,# h t@@g, ‘&dir&r& their true and lawful #tornqy[s)&&ti, ta mak&&@cute, -Sea& deliver f&T-m. on their &h&f, and as their act and dead any and ail bonds and undertakings of suretyship and to bind the (=Ompa%S thereby as fully and to the same axtaflt as if such bonds and unde&alM$s and, +)er ,)Mtings obiiiatoty in the napq jhara~f wew=signad by an ,Evy Off-q,? the ,qyaRieS _ : ;-sndmseaW-and&ested by q+i+ otft+ & .sudIi affiy, and @r&y ratifies and ceMms +t+ their s&@tt#ms)-i~~a~t flngy dp ‘$$p~r;aPUan~.:b~~~. ‘I ~~~ ~; /, ‘,,,:‘: ,,,,, 8” - ’ .~ J ~~~ p- of ~~~~~~~ is efo;Rted, ,~ndeii Pnd b?r the, a~~~ af Micle va of ~ ~~~~~~~~~~ ‘;~~~~‘~oMp~Ny,‘.l~~L~~~‘~’ ~- ; M-E cQj&pANy, uF(~@@ PAClEJc ~&~R#~~E’~~jPAMY, and REttAN& IIwtK)NAt jf&%%M GOtit+& whi&&WY&Ofl~~&i~ ,‘in;:’ full force and efbct, reading as f&ows: &RTmE wl - ExECUll~ dF F3cMm$ ANa ~,~ERTAKlWS ” On’ t&ii,“ &&mbsr 17, 1898. b&ore ma. Laura L. Wadsworth, personaBy appaamd Mark W. Alsup , who acknciwledgad himself to be the Vke L P@c@@fthe:@#anca t@&y Q&&mt~a,~~~~~&m In;sur;ance Company, uniiPa@&+Sum~~Co~y~~ati R@nq N~~,~,ll!,~a?fnn~,,,~~pny :,, &3&i@&tg*; be&q au~id;tb’ d?,fq, exebutqd ti, farsg~iftq insbpylle@-for t~putppq tMne ?ST ,*‘,~ c.s- a -e.li_ ;..,,-JL,l im,u-.. ,,, ~~ _ ti%$plflq tp npme 9, )+arpo~ticlfy,: ‘8. ,m, ” m, “= N gjjp#& @JHEREOF, f kg+ &&J&& & t)@qd and, afffxaii the s’ehsja Qf said a;6mpa8&~ ‘this 1°%F ‘I,’ ;N, ,N :’ I’, ,, : ,,, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ‘>I State of California County of San Dieqo i L On June 10, 1999 Dale personally appeared before me, Dana L. Michaelis, Notary Public, Name and Title of Oflicer (e.g., “Jane Doe. Nolacy Public”) Anne Wright t Name(s) of Signer(s) @ personally known to me - OR - 0 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 authorized capacity(ies), and that by #s/her/their signature(s) on the instrument the person(s), the entity upon behalf of which the person(s) acted, ITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer(s) Signer’s Name: Anne Wright Cl Individual 0 Corporate Officer Title(s): 0 Partner - Cl Limited Cl General f&l Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here Signer’s Name: Cl Individual 0 Corporate Officer Title(s): Cl Partner - q Limited Cl General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here 0 1995 NatIonal Notary Association l 9236 Remmei Ave., P.0. Box 7184 l Canoga Park, CA g13gge7f94 ‘1. Prod No. Call Toll-Free 1-8IIW79-6927 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California s?w- D-w@ County of On personally appeared evidence NANCY J. CIOWRING Commission P 1207092 t Notary Public - California San Diego County $ My Cofnm. Expi Jon 7, MO3 Place Notary Seal Above to be the person$sJ whose name(sJ=-is/are- subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herMTeir authorized capacity(w- and that by his/her/thair signature@on the instrument the person&or the entity upon behalf of which the person(sC_ acted, executed the instrument. OPTIONAL ” Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - q Limited 0 General q Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313.2402 Prod. No. 5907 Reorder: Call Toll-Free l-800-8766827 BID SECURITY FORM (Check to Accompany Bid) (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ 17 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 required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (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.) a 7/17/98 Contract No. 3492 1 Page 14 of 62 Pages BIDDER’S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, as Principal, and 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) 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: CHINQUAPIN SEWER LIFT STATION 6-INCH FORCE MAIN & 8lNCH SEWER CMWD PROJECT NO. 97-401- CONTRACT NO. 34941 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; othennrise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. p . . . . . . . . . . . . . . . . . . a 7117198 Contract No. 34921 Page 15 of 62 Pages 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 day of 319 * PRINCIPAL: (name of Principal) By: (sign here) Executed by SURETY this day of 919 * SURETY: (name of Surety) (print name here) (address of Surety) (Title and Organization of Signatory) By: (sign here) (print name here) (title and organization of signatory) (telephone number of Surety) By: (signature of 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 secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: JANE MOBALDI, Assistant City Attorney a 7/17!98 Contract No. 3492 1 Page 16 of 62 Pages GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID” AND “DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS - - ,- REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the Special Provisions to this Contract especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Subcontractor” and “Work” and the definitions in section 1-2 of the Special Provisions especially “Own Organization” and “Owner Operator/Lessor.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Special Provisions. - CAUTIONS 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 other than the Contractor’s own organization will be rejected as non-responsive. - INSTRUCTIONS Bidders shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to complete the Work. -h All items of information must be completely filled out. - Where the bid item will be installed by more than one Subcontractor or Owner Operator/Lessor the percentage of the bid item installed by the Subcontractor or Owner Operator/Lessor being listed in the line of the form must be entered under the column “O/O of Item by Sub” or “O/O of Item by O+O” as applicable. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessor installed. -_ - Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport for materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as the case may be, installing them. The value of material incorporated in any Subcontracted or Owner Operator/Lessor installed bid item that is supplied by the Contractor shall not be included as any part of the portion of the work that the Contractor is required to perform with its own organization. The item number from the “CONTRACTORS PROPOSAL” (Bid Sheets) shall be entered in the “Bid Item No.” column. - When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter “NONE” in the appropriate space. - r- Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The number of additional form pages shall be entered on the first form page of each type so duplicated. Bidder may, at its option, combine bid items on a single row in the chart on the disclosure forms. If using this option the Bidder must indicate the bid item numbers to which the information in the row c Q 7/17/98 Contract No. 3492 1 Page 17 of 62 Pages - pertains. This option may not be used where the subcontractor or Owner Operator/Lessors constructing or installing lessTan 100 percent of a bid item. The percentages and dollar amounts may be the sums of the bid items listed in that row. - When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less than 100 percent of a bid item the Bidder must attach an explanation sheet to the designation of subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet must clearly apprise the Agency of the specific tasks, materials and/or equipment that are proposed to be so supplied. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the City Council in conformance with the provisions of the contract documents and these Special Provisions. The decision of the City Council shall be final. C T-h a 7/l 7198 Contract No. 3492 1 Page 18 of 62 Pages DESIGNATION OF SUBCONTRACTORAND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts 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 and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: Rockwell Electric, m- Complete Address: Escondido City 545 Corporate Dr Street CA 92039 State Zip Telephone Number plus Area Code:( 760) 489-6767 F California State Contractors License No, & Classification 3 8 3 8 5 1 ~-10~ SC-61 Carlsbad Business License No.: 1207947 SUBCONTRACTOR BID ITEMS I t $ $ !ii !fi Exrdanatiorr Column 1 - Bid Item No. from the bid proposal, pages Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages Page of -- pages of this form a 7/l 7198 Contract No. 3492 1 Page 19 of 62 Pages ,- DESIGNATION OF SUBCONTRACTORAND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts 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 and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: Parada Painting, Inc. Complete Address: 14281 Palisades Dr Street Poway CA 92064 City State Zip Telephone Number plus Area Code: (619) 748-3540 r‘ California State Contractors License No. & Classification 742112 -c -3 3 Carlsbad Business License No.: None SUBCONTRACTOR BID ITEMS Explanatiorr Column 1 - Bid Item No. from the bid proposal, pages Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractors own forces. Column 4 - The dollar amount of the overhead and profit for the item. /‘ Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages Page of pages of this form a 7/l 7190 Contract No. 3492 1 Page 19 of 62 Pages P DESIGNATION OF SUBCONTRACTORAND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts 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 and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: Atlas Fence Company Complete Address: P. 0 . Box 13249 Street San Diego CA 92170 City State Zip Telephone Number plus Area Code: California State Contractors License No. & Classification e- 13 Carlsbad Business License No.: SUBCONTRACTOR BID ITEMS Explanatiorr Column 1 - Bid Item No. from the bid proposal, pages Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages Page of -- pages of this form e 7117190 Contract No. 3492 1 Page 19 of 62 Pages DESIGNATION OF SUBCONTRACTORAND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts 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 and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: Slagill Corp Complete Address: 445 West Doucrlas Ave Street El Cajon CA City State Telephone Number plus Area Code: (619) 442-9955 92020 Zip California State Contractors License No. & Classification 2 84 O” 7 , c-29 I Carlsbad Business License No.: SUBCONTRACTOR BID ITEMS Is IS Is I$ Is I Explanatiorr Column 1 - Bid Item No. from the bid proposal, pages Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. /‘ Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages Page of -- pages of this form a 7/l 7J90 Contract No. 3492 1 Page 19 of 62 Pages DESIGNATION OF OWNER OPERATORILESSORAND AMOUNT OF OWNER OPERATOR/LESSOR WORK The Bidder MUST complete each information field on this form for each owner operator/or Lessor (O+O) that it proposes to use to perform any portion of the Work. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Except for the individuals listed below the Bidder certifies that no Owner Operator/Lessor will be allowed to perform any portion of the Work. The Bidder further certifies that no changes in the Owner Operator/Lessor listed work will be made except upon the prior approval of the Engineer. Provide a separate sheet for each Owner Operator/Lessor. See section l-2 of the Special Provisions for definition of Owner Operator/Lessor. Full Owner Operator/Lessor Name: Complete Address: Street City State Zip Telephone Number plus Area Code: ( J City of Carlsbad Business License No.: OWNER OPERATOR/LESSOR WORK ITEMS Explanatiorr Column 1 - Bid Item No. from the bid proposal, pages . Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages . e 7/l 7/9a Page of pages of this form Contract No. 3492 1 Page 20 of 62 Pages - . .- - - - - . I . - BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. Balance Sheet Submitted Under Separate Cover Marked "Confidentia 1 " a 7/17/98 Contract No. 3492 1 Page 21 of 62 Pages - - -- BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. ,- 7 Q 71-I 7198 Contract No. 3492 1 Page 22 of 62 Pages o~~~wwwwooY~o~owo ~~~o~mmP4t-c-4woooo6o ‘“, 00, -.. M, 0, -.. 00, 00, ” ‘“, -.? 0, 0, ‘“, 00, - lnWO* d-commm~~~omm~* oo\mbvIomm P-l, m 4 w, ma hl cu w M--W - . c-3 WI Me c( ‘/ 00000000000 0\0~00(ucQ000 00 w o\ m* 0, m* 00, VI* 0, 0, -chi%kgo,“~g~ 2 mw~co+mmdV)w &=I 0000000000 *riz t-~~~o3cocclcooooo o\~o\oImmo\o\o\~ BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’COMPENSATION (To Accompany Proposal) As a required part of the Bidder’sproposal the Bidder must attach either of the following to this page. I. Certificates of insurance showing conformance with the requirements herein for: F Comprehensive General Liability $ Employer’s Liability P Automobile Liability P Workers Compensation 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, Employers Liability, Automobile Liability and Workers Compensation 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, the Standard Specifications for Public Works Construction and the Special Provisions for this project for each insurance company that the Contractor proposes, and (2) cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto.insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. G 71-l 7198 Contract No. 3492 1 Page 23 of 62 Pages ACORD, CERTIFICATE OF LIABILITY INSURANCEgggg, 1 DATE (MMIDDfW) 07/09/99 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION The Wooditch Company Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Services, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1 Park Plaza, #400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. -vine CA 92614 .oner949-553-9800 Fax:949-553-0670 INSURED INSURERS AFFORDING COVERAGE &d INSURER A: Pennsylvania General Ins. Co. C%$C INSURER 8: Ahrens Corporation 5959 Mission Gor e Road #205 San Diego CA 92190 I COVERAGES INSURER c: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWlTHSTANDlNG ANY REQUIREMENT, TERM OR CONDlTlON 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 ML THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LlMlTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE I ~ GENERAL LIABILITY ~ GEN’L AGGREGATE LIMIT APPLIES PER: i mLlcY x !$$?f LOC ~ AUTOMOBILE LlABlLll-Y A x ANYAUTO a ALL OWNED AUTOS POLICY NUMBER POLICY EFFECTlVE ‘OLICY EXPIRATION DATE (MktlDDh’-~l DATE (MMIDDIYY) LIMITS EACH OCCURRENCE CPP1199465-00 06/30/99 + BAO264753-00 1 06/30/99 -B SCHEDULEDAUTOS X HIRED AUTOS X NON-OWNED AUTOS GARAGE LlABlLllY ANY AUTO COMBINED SINGLE LIMIT 06/30/00 (Eaacciden') t1,000,000 BODILY INJURY (Per parson) t ~ BODILY INJURY / (Per accident) 5 I / PROPERTY DAMAGE 1 (Per accident) s ; AUTO ONLY - EA ACCIDENT S I / OTHERTHAN EAACC S i AUTO ONLY: AGG S CERTIFICATE HOLDER 1 Y / ADDITIONAL INSURED: INSURER LETTER: COCARLZ G- City of Carlsbad Purchasing Dept. 1200 Carlsbad Village Drive Carlsbad CA 92008 I ACORD 25-S (7197) ’ EACH OCCURRENCE S j AGGREGATE S , I s I IS Is wcsT?iTu ’ TORY LIMIk OTH ER-1 E.L. EACH ACCIDENT 15 E.L. DISEASE - EA EMPLOYEd S EXCESS LlABlLlTY OCCUR 0 CLAIMS MADE RETENTlON t ’ WORKERS COMPENSATION AND ~ E.L.DISEASE-PoL~CYL~M~T / S 5 IESCRIPTION OF OPERATIONS!LOCATIONSHlCLES/EXCLUSlONS ADDED BY ENCORSEMENTISPECIAL PROVISIC *lO days notice of cancellation for non-payment of Premium. Special Conditions General Liability see Endorsement Attached. RE: Installation of Infield Drainage on Baseball Fields, Stagecoach Park, Contract No. PO2-99 (AC#9906) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL -TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, LL FOR -. AUTHORKED REPRESENTATlVE James D. Castle 3 ‘. ACORD CORPORATION 1991 . r‘ IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED. subject to the terms and conditions of the poticy, 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negattvely amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7197) This Endorsement Changes The Policy. Please Read 11 Calefully. ! Additional insured Endorsement This endorsement modifies insurance provided under the follodng: Business Automobile Coverage Form Truckers Coverage bm Named Insured: Policy Nurrtbec~ Ahrens Corporation BA0264753-00 EjENNsYLV&il& GENERAL INSURANCE COMPANY I I Additional Insund: Endorsement effective: From: 6/30/99 TO: 6/30/00 I C&v nf Carla 1 Unless otherwise in&d a-, will expire m policy &nlion date The following paragraph is added to Section 11. Ad. who Is An Insuredz i The additional insured, shown in the schedule abxre. for all sums: i. thar the additional insured must pay because! of “bodily Injury’< or “property damage” to which this P insuance applies; and ii. resulting from the additional insured’s liability for the conduct df any other “insured”, but only to the extent of that liability, “It is hereby un?erstood and agreed that the policy to which this Certificate refers may not be canceled, materially changed, nor the amount of coverage thereof reduced until thirty (30) days after receipt of written notice of cancellation or reduction in coverage by the City Clerk of the City of Carlsbad. Coverage under this policy shall be primary and noncontributing with any other insurance available to the City of Carlsbad.” haO# 692 _.“.. . .._^. “.. ,. *,... + . . COMMERCIAL GENERAL LIABILITY POLICY NUMBER: CPPI 199465 INSURED: Ahrens Corporation THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) The endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. Name of Person or Organization: City of Carlsbad Installation of Infield drainage on baseball fields, Stagecoach Park - Contract No. PO2-99 (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 as respect to liability arising out of “your work” for that insured by you or for you. “It is hereby ungerstood and agreed that the policy to which this Certificate refers may not be canceled, materially changed, nor the amount of coverage thereof reduced until thirty (30) days after receipt of written notice of cancellation or reduction in coverage by the City Clerk of the City of Carlsbad. Coverage under this policy shall be primary and noncontributing with any other insurance available to the City of Carlsbad.” .._-.-..- . . . . ..- - - - CG20101165 Copyright, Insurance Services Office, Inc., 1984 STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS’ COMPENSATION INSURANCE tWI;UST 9, 5999 r CITY OF CFIRLSEI3D 1200 CCIRLSBFID V:LLC)GE DRIVE CRRLSBQD CF-I 9i008-1989 POLICY NUMBER: 33;5-98 UNIT #000304 CERTIFICATE EXPIRES: 10-l-99 JOB: CHINOUK’IN SEWER LIFT StflTION, S-INCH FORCE L MfiIN FIND B-INCH SEWER, CONTRRCT NO. 34941 This is to certify that we have issued a valid Workers’ Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days’ advance written notice to the employer. We will also give you TEN days’ advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance 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. hd- /“f- AUTHORIZED REPRESENSATJVE PREStDENT EMPLOYER’S LIQEILITY LIMIT INCLUDDfNG DEFENSE COSTS: $1,000,000 PER OCCURRENCE. EMPLOYER r 6lHRENS CONSTRUCT3 ON 5959 MISSION GORGE ROfiD, SUITE 205 SPIN DIEGO CR 92120 R . . - BIDDER’S STATEMENT RE DEBARMENT (To Accompany Proposal) 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? xx yes no 2. If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred agency period of debarment -- BY CONTRACTOR: Ahrens Corporation par& debarred agency period of debarment e 7117198 Contract No. 3492 1 Page 24 of 62 Pages -I-- - c. P -n l BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (lo Accompany Proposal) 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 xx no 2. Has the suspension or revocation of your contractors license ever txn stayed? yes n/a no 3. Have any subcontractors that you propose to perform any portion of the Work ever had their contractors license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? yes xx no ’ 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 n/a no 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 therefor. - (Attach additional sheets if necessary) 71-l 7198 Contract No. 3492 1 Page 25 of 62 Pages - . . . c /-- BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) 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. (Attach additional sheets if necessary) BY CONTRACTOR: ry S. Ahrens, President “(print name/title) a 7/17/9a Contract No. 3492 1 Page 26 of 62 Pages - I Z - P NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 State of California ) ) ss. County of San Diego ) Gregory S. Ahrens (Name of Bidder) 9 being first duly sworn, deposes and says that he or-she is President (Title) of Ahrens Corporation (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, - connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure -- - any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. C I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 17th day of June ,I9 92. Sub day of I 19.-,. (NOTARY SEAL) Signature of Notary e 7fi7t98 Contract No. 34921 Page 27 of 62 Pages . , F CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California San Diego ss. County of On June 17, 1999 ,beforeme, Nancy J. Doerring, Notary PubliT Date Name and Title of Dffiier (e.g., “Jane Doe, Notary Public”) personally appeared Gregory S. Ahrens Name(s) of Signer(s) Ipr;, ersonally known to me Cl proved to me on the basis of satisfactory evidence to be the personas)- whose name(e)- is/are- subscribed to the within instrument and acknowledged to me that heIshe#eyexecuted the same in his/he&t&r authorized capacity(iw and that by his/her/+&r signature(s)& the instrument the person(sf;or the entity upon behalf of which the person(v acted, executed the instrument. WITNESS my hand and Place Notaty Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: q Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited c3 General 0 Attorney in Fact q Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth. CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free l-800-876-6827 CONTRACT PUBLIC WORKS This agreement between the City is made this of Carlsbad, C&%$ day of + , 194q, by and municipal corpo tion, (hereinafter called “City”), and AHRENS CORPORATION whose principal place of business is 5959 MISSION GORGE ROAD, SUITE 205, SAN DIECO, CA 92120 called “Contractor’). (hereinafter City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: CHINQUAPIN SEWER LIFT STATION B-INCH FORCE MAIN & 8-INCH SEWER CMWD PROJECT NO. 97-401- CONTRACT NO. 34941 (hereinafter called “project”) 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, - equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractors Proposal, Bidder’s Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder’s Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, addendum(s) to said Plans and Specifications and Special 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 indicated, 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 Contractors expense to fulfil1 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 Standard Specifications for Public Works Construction (SSPWC) 1997 Edition, and the 1998 and 1999 supplements thereto, hereinafter designated “SSPWC”, as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The ,- Engineer will close the estimate of work completed for progress payments on the last working day of i each month. a 71-l 7198 Contract No. 3492 1 Page 28 of 62 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 information 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. 8. 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 required 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 California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District and 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 connection with the performance of the Contract or work; or from any failure or alleged failure of a 7117198 Contract No. 3492 1 Page 29 of 62 Pages *-. 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 District and 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 District and City of Carlsbad against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District and City. Defense costs include the cost of separate counsel for District and City, if District or 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 Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1 ,OOO,OOO 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, the District or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 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. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. 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 $l,OOO,OOO per incident. Workers’ compensation offered by the State Compensation Insurance Fund is acceptable to the City and the District. (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 District and the City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed 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 District or City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers’ liability coverage. 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, employees or volunteers shall be in excess of the contractor’s insurance and shall not contribute with it. e 71-l 7198 Contract No. 3492 1 Page 30 of 62 Pages r 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 thirty (30) days’ prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention 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. r (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-:V. Insurers must also be authorized to transact the business of insurance 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 the City Council in Resolution No. 91-403. (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 accordance 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 included in the Special Provisions I section. 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 Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. f- (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. a 71-l 7198 Contract No. 34921 Page 31 of 62 Pages (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 another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. I have read and understand all provisions of Section 11 above. * / (Initial) 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 established 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. 15. 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 included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. a 71-I 7198 Contract No. 3492 1 Page 32 of 62 Pages ,/I-- 16. Additional Provisions. Any additional provisions of this agreement are set forth in the “General Provisions” or “Special Provisions” attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: AHRENS CORPORATION SYLVIA S. AHRENS, Secretary/CFO (print name and title) cipal corporation of P 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: RONALD R. BALL City Attorney By: I, J MOBALDI, Assistant City Attorney a 7117198 Contract No. 3492 1 Page 33 of 62 Pages State of California 1 ss. County of Name(s) of Signer(s) IF!? ersonally known to me proved to me on the basis of satisfactory evidence to be the personm whose name(s). is/are subscribed to the within instrument and acknowledged to me that he/&=&they executed the same in his/he&heir authorized capacity(iw, and that by his/he&heir signature@)%n the instrument the person(cor the entity upon behalf of which the person(< acted, executed the instrument. WITNESS my hand and off%ial seal. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: q Individual q Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 Natmal Notary Association * 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6627 State of California personally appeared 4,/1/i k d . rea , Name(s) of Signer(s) , b personally known to me 0 proved to me on the basis of satisfactory evidence to be the person&.@ whose name(!$ is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in h-is/her/the+ authorized capacity(ieej, and that by his-/herltkeir signature(@ the instrument the person(+or the entity upon behalf of which the person@ acted, executed the instrument. WITNESS my han Place Notary Seal Above , A - Sig OPTIONAL Though the information below is not required by law, if may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of fhis 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 Signer’s Name: q Individual 0 Corporate Officer - Title(s): 0 Partner - q Limited 0 General 0 Attorney in Fact 0 Trustee Cl Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Association * 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free l-800-876-8827 .+ v I - LABOR AND MATERIALS BOND NO.:B2175365 PRmmJMINcLuDEDIN PERPornBOND BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 99-270 adopted AHRENS CORPORAilON AUGUST 3, 1999 , has awarded to (hereinafter designated as the “Principal”), a Contract for: CHINQUAPIN SEWER LIFT STATION 6-INCH FORCE MAIN & 8-INCH SEWER CMWD PROJEC NO. 97-401- CONTRACT NO. 34941 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now dn 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 performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, AHRENS CORPORATION 1 UNITED PACIFIC as Principal, (hereinafter designated as the “Contractor”), and INSTJRANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE HUNDRED SEVENTY TWO THOUSAND FIVE HUNDRED AND NO/OO----------------------Dollars ($ 172,500 ) said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under ;he terms of the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person 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, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney’s fees, to be fixed by the court, as required by the provisions of section 3248 of the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082). ,- 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 thereunder 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. a 71-l 7198 Contract No. 3492 1 Page 34 of 62 Pages 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 1OTH Executed by SURETY this 10~~ day day of AUGUST (1999 . of AUGUST ,19%. CONTRACTOR: SURE-T-Y: UNITED PACIFIC INSURANCE COMPANY (name of Surety) P.O. Box 81068 SAN DIEGO, CA 92138 (address of Surety) (619)455-6566 (telephone number of Surety) “;711;“1;’ here) (attach corporate resolution showing current power of attorney) (title &d 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 secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: a 71-l 7198 Contract No. 3492 1 Page 35 of 62 Pages t ,‘~; ’ ,~$~@#jj~‘$#&~ CQMAPJY m’,, ,, R&lANCE &NSURANCE COMPANY UNJTED PACIFIC tNSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY 8, ‘, ,, ” ,m ‘1: ‘; ,, ,,, ,‘):’ /,,,,,’ )‘,,‘,” ‘, ,,, ‘, ,’ m’:,‘:, ,,,‘:I,, ,,,y #‘,P ,,, 8’ ,,,‘,’ I/: ” ,S’,, “’ ,,“I, “,, ,,,),‘,S ,I’,,; s’,’ ,’ ), ,8,!/ “>I 8’ 1, A@MIl$@$Q~ &FtCE, PH&ADfXPtllA, PENNSYLVANIA- ‘,, ,,” (’ ’ &VEROFATTORMEi :,, 1~‘: “’ ,,,;’ ,:;,‘;’ >,9:‘,~ ~I”‘~,’ :‘:,~,,,;;,,{ ~ ,, ,,,,,’ ,,,,,, ,I:,’ ‘) “)’ ‘,,s ,,,, ,, 8, ‘T,” ,” : ,,s ‘,‘s, ,, /, “, ,,, : 8, ” ,,,‘,,, ,, ,‘, @,I” ms’ ~#jOW &,4, ?tphR~ THE~l$RRE~Ej;NT~~, that RELIARJCE SUfftETY CQ+tPANV is a corpor?tion, duiyqrganized ut+r th+ws ?=th% State~+3%&q7~2 ,,:;, “‘~‘,1’;5r;i~‘~hat,~1~~L~~CE 81MSU&&GE 8@3MP@K iind t@T~~,.PACI~K: #3JRANCF; ~QMPANY,, Lr% -!$ip@t@na d@ WganizerI ui~dei’_th@@~~=@t + Crrr@tofi#%altlh’of F&insytv#hiL and that RELIAp,M hlAtlf34AL INDEMNwlTY COPPANV is a carpror&an di& organ~~&de$;@e k&w&~#2@% && & ~,:#, :!ls VV&&$n&iq~{k~in ~q$&ktive~,~,~l~~ “tl&fhrrrpahW)‘a~tl th#h% Comp%ni@ by vitiQe of $igr&e &d &al& @J t&%4$ rnal6&an@$%~& @$j#@ m”,!“‘#$& &i&@n, N&e W&$ vbh Rot&$ M j& MM%, Cal&& a& t& and #awXfiJF A&rn%y(s)#.&& to m&@~&j&~#&&j~$& d&@e f&f!@ an their behalf, and as their act and deed arry and &t bond% and undertakinga of suretyship and to bind the Companies thereby iBJ fully and ta the full fone Lnd %ff%ct, reading as folows: ,I:$ ” ,I’99 ; i ‘, ,,)N’ ,,;I,:: ;,I;;, ARFCCLE V# - EXECUT’?,N OF BONd8 ANa ~EybERTAKtWS ‘: ‘,, ,” \I, /iI ,,, //I ,I’ “I ,,’ ,m ;ill:,“;:: ‘:; ,/,:‘r:*; ;,#&&&& 4 i&, * -, k Qpirman ef * -, ~ Sc”k vice Refl&.#, *; y;& mid& of ,#&&$I &&,&,,* offim wd *$& - &&$& *.&;--: &;,,& i;’ ’ /I’)‘+ : ~+&+ttd ,“,,,s,,,:” ,,’ P $tb (# #+C Anaagib)4W and fe ruthwk them to exectia mu behalf of tk Cbmpmy, bon& qd muadeit*lingr,, m&&d- ,$&acts of bi&mii and otbu Mtbqs &ii in thcmnStmS ‘$o rt&&a~$ loch Attrxnefi~Faet at say C~IWBKI revoke the ~iridautbkty #vmt to ibttn. ; ,, ,/,,f~~ ‘1’ ‘8: ~‘$/,S”, 8, ,, ,, ‘8 2. Attwncy(s~ht-Fw shrll have pmw and at&why, sub&~ to the mm and kdtatioa, oftbe Power of Attmtq buck to them. to enmite and driver w behalf of Use Ccmpy, kmds and s%&rtakiapa, rcrogailanar,mnasarofindaonirymdabrrwritingrobliBtWyinthe~~thcrcoi ~mrpaucsealisnot~fQmtvalklityofanyboadsznd~ingprsog~,Eoamfts dittdmnityandotb@r ” sbv+dt of the. tdmpany Ipd D anpiy of the By-lam of the Cmpany or any & ane,by w&w opw,fdlowinb rerolwwa stloprd bT ttr Natbnal hdentnily Company by Umnit?,oua Consent dated as of F& surety company by ulwbaour c- damt a.3 of Murh 31.1994. ,((, .;~;r:;‘“;,:~;:~l’~ ,,(, ,‘),# ,,) 8,:’ ,m,“/ ,,:‘, ~~~$‘:~~~ka~~druchdiRnarnn8~~tBtscai~f~Coslppy~b.affindxdoInydlipll~d~~‘drlh4r,donifiPcer~~tharto~~facritrrite,andary~~~_ :~m !@ &;‘, Ilakr: of~&mbp~rcnif~ lwattng such W& Ggrmvm er fraimae rtaf sItail be v&d ,gd bW% u&i the C+qiipaq$‘@ UrIy &oh Powa so sscslsd red anifkd by facsimik s&sat&s ~ i$!qyi#* yal++ri~l be mHd Sal bkdim w@n he c&wvmY. _ 1~~ ,, \I), ,, ,/ “,,I# s,;,, is the future with twpzu to arry,lk+~~ tmxkq&jpg to #iiib it ~~‘+&I~’ ‘, ~fh/,,Wffl#&~@tiEOF, the c;omPani%s have caused t&S% presents to biij’signed rind theii darjbr& s%& to be hereto aff&d, tb6f3%&B&~7~ 1998. ,,‘,;1, ,,N (1 I, 8’ 8’ ),,/ ‘1 ,,,w ‘1 “,, 8,1’1 :)’ 8’ ,I( ,,,,,,’ m,‘,, ,im’ ,/‘, ,I’ ~l,y Ai” ,;I,‘,/ /,‘,I,” \“‘, ‘,!,#I’ ,,:mm ‘,ISX,,,’ ,/ 818! 18, ,‘i’~~(,$ I,, 111’ ,,(),(, “’ ,#‘I /() :’ I’,: ‘Jl’$ (/,/II’ ,,‘,’ ,,,: ‘:“6~~~,~~,,,~;~~~~~!~~y~~~,’ ?&&jfant Settetary Of RfS&#+JCE B”!;JI: ,,‘, ()(/‘:y 111)” ” : ,,’ soREN coNIpANy, RELIANCE, ,N6,Q&NG&$&$ANv, “N,~o pAc,FIc ,N&& &j&g AiV, and REL&4CE NATIONAL INtXMNli?/ COMPANY do hereby certify that the above and famgoing is a tNe and correct copy of th% Power of Attorney %xecut%d by said ~oqqtS&$~ wl’G& 6 stilfk?, fufl force and effed. I..’ I,,,, ,,N’, ‘,;:I 8’ -- -= -IN WETNESS WHEREOF, I &# ~d~~urrto,~~~;~),‘~e(~~hlnd af%i~ec#b s&@ of said C&npa&a thi$ ,TT a@ of ,,:/,m’ ‘,)::,‘;‘, :, m’:,fm,,‘l’ ‘,,, ,‘, ,\ ,,~(l&&$$$@$,:f~ I,,’ AWXJST !, ,, ,,,‘I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .,, ‘I I state of CALIPORNIA Cow\y of SAN DIEGO On AUGUST 10,. 1999 before me, DANA Li MICHAELIS, "NOTARY PUBLIC" , Name and Tilh 01 Ollkw (e.g.. ‘Jane Doe. NoMq PubW) personally appeared ANNE WRIGHT Nkcs) 01 Sign&) a personally known to me - OR - !J 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. WITNESS my hand and official seal. OPTIONAL lhough Ihe inbmalion below is nol nquimd by law. it may prove valuable lo persons relying on lhe document and could prevent imudulenl removal and reaIlachment of fhis form lo anolher documenl. Description of Attached Document Title or Type of Document: BOND Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signor:s Name: ANNE WRIGHT NONE Signer’s Name: 0 Individual l2 Individual Cl Corporate Officer Cl Corporate Officer Cl Title(s): El Title(s):- Cl Partner’- 0 Limited 13 General 0 Partner - 0 Limited 0 General KLAttorney-in-Fact 0 Attorney-in-Fact Signer Is Representing: 0 Trustee Cl Guardian or Conservator Cl Other: 0 Trustee Cl Guardian or Conservator Cl Other: Signer Is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California San Diego ss. County of &+lg. 11, 1999 , before me, Nancy J. Doerring, Notary Publi,c Date Name and Title of Officer (e.g., “Jane Doe, Notary Public”) personally appeared Gregory s l Ahrens I Name(s) of Signer(s) 0 personally known to me 0 proved to me on the basis of satisfactory evidence Place Notary Seal Above to be the perso+) whose namds) is/are subscribed to the within instrument and acknowledged to me that heMeft+tq executed the same in his/he&heir authorized capacity(*), and that by his/be&trek signature&on the instrument the person@, or the entity upon behalf of which the person(w acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, if may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: Cl Individual 0 Corporate Officer - Title(s): q Partner - 0 Limited Cl General q Attorney in Fact 0 Trustee 0 Guardian or Conservator q Other: Signer Is Representing: 0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 * Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free l-800-876-6827 .I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego > ss. on Aug. 11, 1999 ,beforeme, Nancy J. Doerring, Notary Public Date Name and We of Officer (e.g., “Jane Doe. Notary Public”) personally appeared Sylvia S. Ahrens Name(s) of Signer(s) 3 ersonally known to me 0 proved to me on the basis of satisfactory evidence NANCY J. DOERRING CoinmIssion X 1297092 Place Notaty Seal Above to be the person(& whose nam&) is/a+- subscribed to the within instrument and acknowledged to me that4te/she/they executed the same in his/her/their- authorized capacity@?+ and that by h$her/th+ signatures on the instrument the person&or the entity upon behalf of which the person(F acted, executed the instrument. WITNESS my hand and official seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee Cl Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313.2402 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6827 -1 I PM?MIUlbt WtiL kE ADJUSTED BASED ON FINAL CONTRAcl’ PRl[CE BOND NO.:B2175365 PREMIIIM: $6,175.00 - FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 99-270 , adopted AUGUST 3, 1999 , has awarded to AHRENS CORPORATION , (hereinafter designated as the “Principal”), a Contract for: CHINQUAPIN SEWER LIFT STATION 6-INCH FORCE MAIN & 8-INCH SEWER CMWD PROJECT NO. 97-401 - CONTRACT NO. 34941 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, AHRENS CORPORATION , as Principal, (hereinafter designated as the “Contractor”), and UNITED PACIFIC INSURANCE COMPANY as Suret In the sum of I HRtE HUNDKL’D FORT , r are held and firm1 FIVE THOUSA 14; bound unto the City of Carlsbad, D AND NO/OO-------------- _____________---___----------------- Dollars ($ 345,000 ) said sum being equal to one hundred percent (100%) of the estimated 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 administrators, 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 alteration 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 therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred 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 thereunder 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. Contract No. 3492 1 Page 36 of 62 Pages 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 10~~ day of AUGUST ,I999 . CONTRACTOR: AHRENS CORPORATION ~s/cllti J (Title and Organization of Signatory) ll / Executed by SURETY this 1oTH day of AUGUST ) 1999 . SURETY: UNITED PACIFIC INSURANCE COMPANY (name of Surety) P.O. Box 81068 SAN DIEGO, CA 92138 (address of Surety) (6191455-6566 (telephone number of Surety) / ANNXWRIGHT (Attach corporate resolution showing current power of attorney.) &!/CFO (Title andorganization 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 secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: JANE BALDI, Assistant City Attorney J@ 7/l 7198 Contract No. 3492 1 Page 37 of 62 Pages UNITED PACIFIC INSURANCE CONlPANY RELIANCE NATIONAL INDEMNKY COIWPANY ,’ ,/, ,s ‘1 :,, ,,m 8’ /,’ ) (!,,I’,,,‘: ,“( 18 ,/,,, N’,, &W-&k&@ WFlCE, fWLADELl%A, PEN#jYl.VAPllft ,m 8’ ;‘,’ (p:) ‘, ,,,‘I ,)I \” ” ,‘, II ,,, ” ““:’ ~~; 1 ” ~;‘:; ” ,; ‘:‘m” ” ” ,$‘( )O’ ,S’ ,, !“,S ,,(,( ,,!!(; “>, “’ ,,, 888 ‘,, ,’ ,I ,,“I’ ,,,: “,;;I ,,/, my,;; :I ,,)“:,l ‘,,’ ‘(, ‘, :,:;,,‘/I” m,,‘:, “, I -~f;-~ ‘1 ,, h’;,’ 8, ,,‘,\ ‘.POWER OF ATCORHEY ‘, ‘,: ,: ‘8 ,,,, ‘V ,,),, ,,,: ” ,,,#I” 8, ,, 1” ‘,Y,/( ! /,, ;,: ,, “N’,, ,e(),,) sama extent as if such bonds and wndeIta@gs ancj other wfitings obliiiatory in tha nature thereof wa% signad by an, Executive Offiir,,f the ,Comp?nies _ and saakt and attested by ,pe o&j&y of su,$ll :afkerS, &td hereby ratiii and sonfirms aU that their said Attornay(s]-iWFact’?aly dg ,WvWWparr&+e~~cuf, ,, ,,, m& pow of &r&i &’ g&& &et &d &y w aothority of Atick VJI of tb @y-M of RJ$JAJ& SudM”~~~~rrli’l’~~a~~~b, LNSURANCE COMPANY, Uf@i’&% PACIQC M#3JRAf!t&G~PANY, and RELIANCE ?&ATiONAL INDEMNITY CO&@Y whi& pr&io(s, &$$$k full force and effect, reading as hkvs: ’ On this; ‘December t?, lg98, before me, Laura L Wadsworth, personally appeared Mark W. Atsup , who acknowledged himself to be the vice! ,#,I’(‘, /,,j/, //I’ jsl ),,, ,,l !,I ,, ‘8 : ,m “8 ,I”, ,, I ,,, / 1), ’ is,,,” ,,, I’;: ~~/,/: ” I,,,)’ ,,((‘!I,” I,,,) ‘$ :Jf s/, ,A ,(,/I,, ,,, ,: \ll~“,,,,,l~‘, ,’ ‘,;,;/d ,/,,, I, ,# .y,g ),1!(,,‘8’ ,’ ,‘,, !,JJ’ 1’1” ?“‘I (‘J :, I), ,,I ,, 81/y I ,f ,, ,,&, ,,,, , ‘#h& ,&g &&&,t .$ - nf R~LMNCF !%HRFN t% .- ‘y’s,!6 ,,,f,-~“!,,,,,,~lS’.,*‘,,, ,r~I-....v.v. -----~..-.I _-7 - .--- -.,-* --. .-- - --.-.. - - -. , r .*-- - ._- . __-_ - -,,, T ~ _ _,,, ,,,, i ‘ .V.. !s -w-1 ” s.y -%?$Tyc hY, and RELVZkCE NATIONAL INDEIUNI~ CMPANY do hereby certify that the above and foregoing is a’ t&e and correct copy of the Powei‘of Attamey executecj by said Compani$%+h&i~ is stii in fuli force and effact. ,,, “,, ,I’ WJiEREOF, l”hi+r~@&ft&et ‘~tro~~~~s~d @Tik&w sa?k of Said &mpa,ri@ &is I 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT _. . . . : , I Stale of CUJl?ORNIA county of SANDIEGO On AUGUST 10, 1999 before me, personally appeared ANNE WRIGHT DANA L: MICHAELIS, "NOTARY PUBLIC" , Nma and Tlllo 01 Ollkw (a.~.. ‘Jane Doe. Nolay Pubic’) , Names) 01 Signer(s) pf9 personally known lo me - OR - 0 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 lo me that he/she/they executed the same in his/her/lheir authorized capacity(ies), and that by his/her/lheir signature(s) on the inslrument the person(s), or the enlity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. sipnalure 01 Ndary Public OPTIONAL ThQush lhe inbmalion below is not nzquimd by law, if may prove valuable lo persons relying on Ihe document and could prevent fraudulent removal and re;lllachmenl ol lhis kum lo another document. Description of Attached Document Title or Type of Document: BOND Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer% Name: ANNE WRIGHT Number of Pages: NONE Signer’s Name: Cl individual Cl Corporate Officer Cl Title(s): 0 Partner’- 0 Limited Cl General Kl.Attorney-in-Fact Cl Trustee 0 Guardian or Conservator Cl Other: lJ Individual Cl Corporate Officer III Title(s): 0 Partner - 0 Limited Cl General 0 Allorney-in-Fact 0 Trustee Cl Guardian or Conservator Cl Other: Signer Is Representing: Signer Is Representing: \ + CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County 0f San Diew > ss. OnAUg. 11, 1999 ,beforeme, Nancy J. Doerring, Notary Public, Date Name and litle of Offiier (e.g., ‘Jane DC+ Notary Public”) personally appeared GregorY S l Abrens f Name(s) of Signer(s) JQ ersonally known to me q proved to me on the basis of satisfactory evidence Son Diego County Comm. E@i Jan 7,2OCN to be the person P whose named is/@ subscribed to the within instrument and acknowledged to me that hels&u%qexecuted the same in his/he&heir authorized capacity(ies& and that by his/be&Mr signature&j-en the instrument the person&$, or the entity upon behalf of which the person* acted, executed the instrument. WITNESS my hand and Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable fo persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer Signer’s Name: q Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee q Guardian or Conservator q Other: Signer Is Representing: 0 1997 National Notary Association * 9350 De Soto Ave., P.O. Box 2402 - Chatsworth. CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6627 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego OnAuq. 11, 1999 ,beforeme, Nancy J. Doerrinq Notary Public, Date Name and Title of Officer (e.g.. ‘:ane Doe, Notary Public”) personally appeared Sylvia S. Ahrens , Name(s) of Signer(s) x ersonally known to me 0 proved to me on the basis of satisfactory evidence to be the person@ whose name($) is/are- subscribed to the within instrument and acknowledged to me thathe/she/they executed the same in hi&her/the+ authorized capacity(ie+ and that by -his/her/their signature(s)-onthe instrument the perso% or the entity upon behalf of which the person(@- acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer Signer’s Name: q Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth. CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free l-800-876-6827 - +- - CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION The following representation and certification shall be completed, signed and returned to City of Carlsbad as a part of the bid package. REPRESENTATIONS: Mark all applicable blanks. lhis offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the specific definitions listed below is: DEFINITIONS: MlNORlTY BUSlNESS ENTERPRISE: “Minority Bustness” IS defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). Are you currently certified by CALTRANS? YES NO--L- Certification #: CERTlFlCATlON OF BUSINESS REPRESENTATION@) Mark all applicable blanks. This offeror represents as a part of thii offer that: Thii firm is-, is notA a minority business. This firm is-, is not,, a woman-owned business. VWdAlU-OVUNED BUSINESS: A woman-owned busi- ness IS a bustness of which at least 51 percent is owned, controlled and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions. Operation is defined as actually invoived in the day-to-day management. FIRM’S PRIMARY PRODUCTS OR SERVICE: CONSTRUCTION CONTRACTOR: CLASSIFICATION(S): A, C-4, C-36, HAZ LICENSE NUMBER: 414164 TAXPAYERS1.D. NO. 95-3582380 CERTlFlCATlON the Information furnished is certified to be factual and correct as of the date submitted. Ahrens Corporation co QNY NAME 9 Mission Gorge Rd #205 ADDRESS San Dieqo, CA 92120 i 7NUMBER Grcqorv S. Ahrens URINTtU NAMti e 7/17/98 Contract No. 34921 Page 36 of 62 Pages 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, Califomia,92008, hereinafter called “City” and whose address is hereinafter called “Contractor” and whose address is hereinafter called “Escrow Agent.” For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 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 required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for CHINQUAPIN SEWER LIFT STATION, 6-INCH FORCEMAIN & 8-INCH SEWER, CMWD PROJECT NO. 97-401 - CONTRACT NO. 34941, 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 Escrow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. 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 , 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 patties 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. a 7/l 7198 Contract No. 3492 1 Page 39 of 62 Pages 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 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 Agents 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 For Contractor: Name Signature Address Title Name Signature Address For Escrow Agent: Title Name Signature Address G 7/I 7198 Contract No. 34921 Page 40 of 62 Pages 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. IN WTNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title Name Signature Address For Contractor: For Escrow Agent: Title Q 7117198 Title Name Signature Address Name Signature Address Contract No. 3492 1 Page 41 of 62 Pages SPECIAL PROVISIONS FOR CHINQUAPIN SEWER LIFT STATION 64NCH FORCE MAIN & 8 INCH SEWER CMWD PROJECT NO. 97-401- CONTRACT NO. 34941 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS - 1-i TERMS -. Add the following section: 1-1.1 Reference to Drawings. Where words “shown”, “indicated”, “detailed”, “noted”, “scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: 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 understood to mean “as required to properly complete the work as required and as approved by the Engineer,” unless stated otherwise. Add the following section: l-l.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 “approved”, “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. Add the following section: l-l.4 Perform. The word “perform” shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing 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. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency -the City of Carlsbad, California. City Council -the City Council of the City of Carlsbad. G 7117198 Contract No. 3492 1 Page 42 of 62 Pages City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the Public Works Director of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. - -. 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. Further, 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 Contractors Own Organization and will not be included for the purpoG of compliance with section 2-3.1 of the Standard Specifications and these Special Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Project Manager - the District Engineer of the Carlsbad Municipal Water District. Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-31 General, add the following: 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 to 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 City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council 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. a 7/17/98 Contract No. 3492 1 Page 43 of 62 Pages -. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, ‘who is listed in the latest version of U.S. Department of Treasury Circular 570,“. Modify paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price and the payment bond shall be in the amount of 50 percent of the contract price. 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 payment bond shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: 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: 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 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 officers 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. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 1997 Edition, and the 1998 and 1999 supplement thereto, hereinafter designated “SSPWC”, as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Special Provisions section of this contract. The construction plans consist of 1 set of drawings (City Drawing Number 124-6A). The first set is designated as City of Carlsbad Drawing No. 1246A and consists of 24 sheets. A set designated as San Diego Gas & Electric Undergrounding Plans is being prepared and shall be obtained. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Special Provisions. 2-5.2 Precedence of Contract Documents, add the following: The Technical Specifications section of these specials provisions and the Contract Drawings take precedence over the SSPWC. Where CALTRANS specifications are included in the Technical Specifications, the CALTRANS specifications shall have precedence only to the materials and construction materials referred to in the CALTRANS specifications. The Technical Specifications in the Special Provisions, Invitation to Bid, Contract for Public Works, Part 1 of these Special Provisions and Part 1 of the SSPWC in the a 7/l 7198 Contract No. 3492 1 Page 44 of 62 Pages order of precedence in section 2-5.2 of the SSPWC shall prevail over the CALTRANS specifications in all other matters: 2-5.3.3 Submittals, add the following: Use Section 01300 Submittals in the Technical Specifications of the Special Provisions for procedure. Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep upto-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 upon completion of the work. Payment for performing the work required by section 2-5.4 shall be included in various bid items and no additional payment will be made therefor. 2-9 SURVEYING. - -. 2-41 Permanent Survey Markers, substitute the following: The Contra&r shall not 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 surveying within the State of California, hereinafter surveyor, to establish the location of the monument before 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 Q§ 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 permanent 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. 2-9.3 Survey Service, substitute the following: The Contractor shall hire and pay for the services of a 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 requirements 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. Add the following section: 2-9.3.1 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 (8’/2)) by II”) paper. The field notes, calculations and data shall be clear and complete with name of the surveyor, the party chief, field crew members, preparer 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 Contractor shall have a Record of Survey e 7/l 7198 Contract No. 3492 1 Page 45 of 62 Pages prepared by the surveyor and file it in conformance with QQ 8700 - 8805 of the State of California Business and Professions Code when the surveyor performs any surveying ‘that such map is required under Q§ 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 comers and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments 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 unadjusted 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. Add the following section: 2-9.3.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of comer records shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 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 Contractors 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 Contractors 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, payrolls, 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 Contractors 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. a 7/l 7198 Contract No. 3492 1 Page 46 of 62 Pages SECTION 3 -- CHANGES IN WORK 3-3 EXTRA WORK. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: 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 & 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. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) Work by Contractor. The following percentages shall be added to the Contractors 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 compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractors 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, add the following after the second sentence: 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, 3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragraph five (5) and add the following: 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 Engineer 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 Contractor 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 Q 7/17/98 Contract No. 3492 1 Page 47 of 62 Pages 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 particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional 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 California False Claims Act, Government Code sections 12650-12655. The undersigned further understands 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.” - 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 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. Add the following: 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. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. Public Works Director of the City of Carlsbad 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 evidentiaty 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 a 7117198 Contract No. 3492 1 Page 48 of 62 Pages 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)(l) 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 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) “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 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)(l) 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)(l) 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 . # 7/l 7198 Contract No. 3492 1 Page 49 of 62 Pages - -. c 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 claimant may file a claim as provided in 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. 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. (9 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. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Wtthin 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding 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 15day period, any party may petition the court to appoint the mediator. (b)(l) 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 .ll 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. a 7/17/98 Contract No. 3492 1 Page 50 of 62 Pages SECTION 4 - CONTROL OF MATERIALS 4-l MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: 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 of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfil1 this Contract. 4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from the third sentence of the first paragraph. - add the following: Except as specified in the Technical Specifications of the Special 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 and the Special 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 product 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 requirements 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. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion 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. SECTION 5 -- UTILITIES 5-l LOCATION. Add the following: 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. e 7/17/98 Contract No. 3492 1 Page 51 of 62 Pages 5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon request to the Engineer, may be permitted to temporarily omit the portion of work affected by the utility. Such omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefor. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 COOPERATION. Add the following: “San Diego Gas & Electric (SDG&E) will make the connection to the meter supplied under this contract, however the. Contractor is responsible for setting the meter. Contractor shall coordinate with SDG&E for the connection and inspection of the utility conduits and meter pedestal and upon completion of the wiring and powering of the new undergrounding by SDG&E.” SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK - 6-l CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-l and substitute the following: The Contractor shall begin work within 30 calendar days after receipt of the “Notice to Proceed”. Add the following section: 6-l .l 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. Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction 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-I .3.3 Electronic Media. Add the following section: 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 precedence 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 represent the complete performance of all project work. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. Add the following section: 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor 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. e 7/l 7198 Contract No. 3492 1 Page 52 of 62 Pages L Add the following section: 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare 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. Add the following section: 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, including 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 project 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 recognizable beginning and end points. - -. Add the following section: 6-l .2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. Add the following section: 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Ime periods to accommodate the review and correction of submittals shall be included in the schedule. Add the following section: 6-l .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. Add the following section: 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 timespan of the project. Should the Contractor 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 private, 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. Add the following section: 6-1.2.10 Engineer’s Review. Section 01300 of The Technical Specifications of the Special Provisions cover Engineer’s Review. Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall a 7/17/98 Contract No. 3492 1 Page 53 of 62 Pages submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. Add the following section: 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. Add the following section: 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: 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. - Add the following section: 6-l .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. Add the following section: 6-1.4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. Add the following section: 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 immediately following the “Accepted” schedule. Add the following section: 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 explanation 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 subsection “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. Add the following section: 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. 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. . a 7/I 7198 Contract No. 3492 1 Page 54 of 62 Pages Add the following section: 6-1.1 Measurement And Payment Of Construction Schedule. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project Representative shall be the individual determined under section 7-6, “The Contractor’s Representative”, SSPWC. 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. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: 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 obligateU 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 supervisor 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) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 180 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: 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. No work involving 6-inch force main construction or Sinch gravity sewer construction shall be performed by the contractor between 4:00 p.m. and 9:00 a.m. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: 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 requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, a 7/l 7198 Contract No. 34921 Page 55 of 62 Pages 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. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year unless extended warranties are listed in the Technical Specifications of the Special Provisions 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. - 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Five Hundred Dollars ($500.00). - -. Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 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 completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Bests Key Rating Guide of at least A-:V and 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. 7-4 WORKERS’ COMPENSATION INSURANCE. Add the following: 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’ compensation insurance. 7-5 PERMITS. Delete the first sentence and add .the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways 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 therefor. Add the following section: 7-5.1 Resource Agency Permits. Resource agency permits for the Work are included in Appendix ‘A’ of these special provisions. Resource agency permits pertaining to this project include: California Coastal Commission permit. a 7/I 7198 Contract No. 3492 1 Page 56 of 62 Pages 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during 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. Add the following: 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 therefor. -. 7-8.5 Temporary Light, Power and Water. Add the following: The ContBctor 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 Contractor 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 therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. Add the following section: 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. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation “Manual of Traffic Controls,” 1996 edition and these Special 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 Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 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 approved 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 a 7/l 7198 Contract No. 34921 Page 57 of 62 Pages - -. 2145.l.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 CALTRANS Specification No. 8010-910-30. 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-existant conditions shall be removed from the travelled way and from the view of motorists in the travelled way or shielded from the view of the travelling 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 travelled way and shie1de.d from the view of the travelling 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 180 mm (7”) long. Personal vehicles of the Contractors 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 1.8 m (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 7.6 m (25’) intervals to a point not less than 7.6 m (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 C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. . Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS “Manual of Traffic Control”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in these Special Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for “traffic control” shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these special provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no a 7/17/98 Contract No. 3492 1 Page 58 of 62 Pages additional payment will be made therefor. Flagging costs will be paid for as a part of the Lump Sum Amount for “Traffic Control.” The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefor. Progress payments for “Traffic Control” will be based on the percentage of the improvement work completed. The Contractor shall implement traffic control plans and shall furnish all labor and materials 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 therefor. Add the following section: - -. 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the 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 necessary 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. 7-13 LAWS TO BE OBSERVED. Add the following: 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. SECTION 9 - MEASUREMENT & PAYMENT Q-l MEASUREMENT OF QUANTITIES FOR UNIT PRlCE WORK Q-l.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. Q-3 PAYMENT. Q-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion” Q-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure 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 the Standard Specifications (SSPWC). 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 progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor 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 . e 7/17/98 Contract No. 3492 1 Page 59 of 62 Pages 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 payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document 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. - Delete the third paragraph and substitute the following: The Agency shall retain IO percent of such estimated value of the work done and 10 percent of the value of materials so estimated to have been furnished and delivered and unused or furnished and stored as aforesaid as part security for the fulfillment of the contract by the Contractor, except that at any time after 50 percent of the work has been completed, if the Engineer finds that satisfactory progress is being made, the Agency may reduce the total amount being retained from payment pursuant to the above requirements to 5 percent of the total estimated value of said work and materials and may also reduce the amount retained from any of the remaining partial payments to 5 percent of the estimated value of such work and materials. In addition, on any partial payment made after 95 percent of the work has been completed, the Agency may reduce the amount withheld from payment pursuant to the requirements of this Section to such lesser amounts as the Engineer determines is adequate security for the fulfillment of the balance of the work and other requirements of the contract, but in no event will said amount be reduced to less than 125 percent of the estimated value of the work yet to be completed as determined by the Engineer. Such reduction will only be made upon the written request of the Contractor and shall be approved in writing by the surety on the Performance Bond and by the surety on the Payment Bond. The approval of the surety shall be submitted to the Engineer; the signature of the person executing the approval for the surety shall be properly acknowledged and the power of attorney authorizing the person executing the approval to give such consent must either accompany the document or be on file with the Agency. Add paragraph 6 et seq. as follows: 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 payments 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 Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or Bmounts not approved by the Engineer will be subject to resolution as specified in subsection 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 a 7/17/98 Contract No. 3492 1 Page 60 of 62 Pages 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. Add the following: Except for those final payment items disputed in the written statement required in subsection 93.2 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 subsection g-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 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 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 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 subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the contract will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefor in the bid schedule. The Contract lump-sum price paid for mobilization shall not exceed ten thousand dollars ($10,000) and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, 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 allowed therefor. a 7/17/98 Contract No. 3492 1 Page 61 of 62 Pages - TECHNICAL SPECIFICATIONS FOR SPECIAL PROVISIONS Contract No. 3492 1 Page 62 of 62 Pages I -. I2’WIDE X 6’ THICK CONCFqTEC~R . . lNITI4 2 ASPHALTIC CONGEE WERLAY (TYPKXJ. 8 7 1 CnGNO. sl CARL STANDMD 0 sEcrIoN c-c NUTES: ALLCA5l=INPUXEC@CRE=E SHALL BE TYPE 5640B-3Om ALL PIPE IN ACCESSHOLE SHAU BE WC. OR VlTRIflED liiiLEEEA%FE ACCESSHOLE. my& wlnl ASTM c-478. SRBOUlSSHALLWEA MINIMUM LEJUGTH OF 2 kEET. lHNwoLEFRAMEAN)m ToBESEWNClASS’c’MRTAR. ACCESSHOLE - INNER COVER _r TOPSIDE HALF SECTION FRAME 01 CWER NGI’ES 1 .wEwlTs: INNER CWER = I55 LBS. Ez- =300LBs* = 330LBs. 2 .MhlERlAL : CAST IRON. 3. MACHINE SEATS To PREVENT NOISE. 4.FILlET RADlI To BE 12: 5.lMPORTED COVERS AND FRAMES SHALL HAVE COUNTRY OF ORIGIN MARKING IN COMPLIANCE WllH FEDERL REGULATIONS . 3(1Ir 24’0 I. SECTlON A-A ACCESSHOLE FRAME & COVER - -. watY&EDhENsms wHENMETERlslDccFTED 1oRmRoFcmB NOTES: 1. -sliALLAAwsTANa.E VnLVE S METER 80x To EG. AFTER SIDEWALK IS INSTALLED 8 APPRCMD. ~.DMRICTW~SETMETERANDBALLVALME. 3. ALL GOPeER JolN’lS SHALLBE SWER SOLDERED NC(TJFORMANCEWfTH~rn~. 4. TAPTOhMNl08EMINIMlJM Ofl6%0M NEAREST tXWUF& OR TbF? 5. POSITloN ANWE MIDWAY BETWEEN PIPELINE AND MEIER BOX. CARLSBAD MUNICIPAL WATER DISTRICT m 7 iit& I” WATER SERVICE CONNECTION FOR 5/8 , 31’4’ 81 I” METERS m-r$N” AUGUST 1993 REINFORCING SEELDETAIL. VERXAL BEND. TEE ISICE VIEW). HoRlaoNTALs 2 . FOR AC PlPE, A MIN. 3’-3’TO A 6i6aMAX. VERTlcALBEND. LEIWH INTO AND OUT OfALl FI’ITINGS. NOTES: 3. CONCRETE SHAUBESSXK,(POOB.I.). A MIN. 3 DAY CURING TIME BEKXtE I . FITWGS SHALL 6E DUCTILE IRON FOR HYDROSTATIC TEST. M? 8 l?W.; CAST IRON FDR AU? 4. SEEDWG’SNQ17~ 18FORftEDxER, (CEMENT LINED SWRT BODY 1. RUG.8 BuTlERfLY VALVE THRUST BUICKS. CARLSBAD MUNICIPAL WATER DISTRICT mlsKBJmwIE CONCRETE THRUST BlXKS ’ STD. DWCNO. FOR NON-RESTRAINED JQNTS WI5 DECEMBEf? 1988 - -. NOTES: - I. THR&HgG F~lTl~~w~ 2. 6KwlfnN FEENTD?MAYmE K ImullED IN FI@uc Rlwr-OF-WAY. 3. UkSTFWT 2’ HIGH tEKAlNIN6 wALlmJ3sloEScFemmm PEXNTERWHENllUSRlDoN 4:l oReREATERSuFE. PEN09 : SW BE AT DcMnyHU SIDE OF SIDE. -&yQx&= !iiEE%mPREvENTEl?. 4.DOtiINSTALLINAREA SUBJECT To FLOWNG. CARLSBAD MUNICIPAL WATER DISTRICT WlSK)N AR WTE 2 INCH AND UNDER SIDJWG No. BACKFLOW INSTALLATION w20 AUGUST I993 r CURB. B” CURB Arn=omso.Fl. Am - 1.00 so. FT. I I I I I I I I Wnkanad Phnr Joint \ -Exiaingcurb~ L 1 lli”axaptultlmriavaNonE howl indii otherwiaa GUTTER NOTES: 1. concnteshJl k S2QG2sGo. 2. Saa Standard Drawing G-10 fur joint details 3 Slopatopofcufb1/4”p8ffoottoumJamt LEGEND ON PLANS b’ curb Aavbion By Approvad Data cone. lf5.l *.A5 ss BAN DlEGO REGIONAL STANDARD DRAWING nEcomwEmE8 w TNE w mso nEaIOML nMoAaos - Noa3 YdfJk l-&g af+aLu I Lrr*nr n&t mm &p!9 CURBS AND GUTTER -SEPARATE K%iG G-1 - -. x I r 1 l/2” rxmpt wtlrm rl888tions rhm indiraa othwwim. \ 1” R \, :iJ . :; 3’ .s*...,. :.‘.‘. * . 1R’ R .., i::: *. b . . ,~;~$.p--=T -o--C--. *: ‘4 . .* -T :: *. % f.: . -. . .’ . . . .*a’. .a’ * . . . 4 :. . . ***. . . . . .I a.-* P - l .‘; . . I ; .‘. . . . c’.” . , . - ..* A... I 2” Wakwmd Phm Joht * W -II- l/2” TYPE 0 & H CURB NOTES: 1. Contna El&II b 52w25aa 2 Sm Smndrfd &wing G-10 for joint damik J. SlopE top of curb l/4” pr foot toward nnrf LEGEND ON PLANS CURB AND GUTTER -COMBINED - -. l/8’ R l . . . . . . A . I _I I1/2’(PclvemeYlt) ’ 3/8’ (Sidewalk) EXPANSION JOINT _ ‘a0 > Prefalmed Joint filler l . . . . . WEAKENED PLANE JOINT WEAKENED PLANE JOINT GUllER AND PAVEMENT CURB AND SIDEWALK 4/8’ R oiled Ear, 30’ cc CONTACT JOINT - . . i J&i l : l 7-l-r FT l ? . -t- 1 S/8 . KEYED JOINT RECOWENDCD BY 1WE SAN DECO SAN DIEGO REGIONAL STANDARD DRAWING Revision By Approved Dote B, sting ea 6.@&$ t=% . . DRAMNG CONCRETE JOINT DETAILS NUMBER G-10 NOTES Existing A.C. and Base See -iGm f Asphalt Concrete -4 Asphalt Concrete 8ase Material see Note 3 - 12’ min. .(typ.) feather to meet existing paving * r l’min. 7 TYPES A & B 1. Trench edges to be cut a minimum of 6” wider than trench for trenches 3’ wide or less, and 12” wider for trenches over 3’ wide. 2. Existing A.C. shall be cut and removed in such a manner so OS not to tear, bulge or displace adjacent pavement. Edges shall be clean and vertical. All cuts shall be parallel or perpendicular to street centerline, when practical. 3. Base material shall be replaced to depth of existing base. A.C. may be substituted for base material. 4. A tack coat of asphaltic emulsion or paving asphalt shall be applied to existing A.C. at all contact surfaces, prior to resurfacing. 5. Asphalt Concrete Resurfacing: a) Minimum total thickness shall be one in&h greater than existing A.C. b) A.C. shall be hot plant mix. c) Finish course for Type 8 resurfacing shall be laid down using a spreader box. 6. All A.C. resurfacing shall be seal coated with an emulsified asphalt and covered with sand. Chip sealing shall be applied as required by Agency. 7. Type 6 shall not be used on lateral crossings. 8. Sloughing of trench under pavement shall be cause for requiring additional pavement and base. - -. 1: 38” minimum Ral Braa Nipple, r long P.V.C. OtAds 470-C-2000 ConartrJ 1/2a&iifootmin. BrBu coupliilg Brass Nippb Brrcr !W’Elbow NOTES 1. Horn bibb shall k loou key opwted. all burr or bmnrr construction, mgh pmwn with ~mov&h bcmnat md stem rormbly, mplunbla rt mrhrnmdstampwkinggbnd& 2 Unlem othwwim spaifird, tha horn conmction thrnd shall k 3/4’ mah has thnrd (peifu CD&, md l!u rbw opting thread #hall k 3/4- fwt8l8I.P.s.D~opmiHg3hlUkwtorimropaning. . LEGEND ON PLANS REcwDEnoEO n w EAN DIEa SAN DIEGO REGIONAL STANDARD DRAWING Rwision lBv Approvad [ Dm a- rruloAaos ConDrrrEl sit Oack Iff 3c.g I/“-t2 tf!!%zc 9.” HOSE BtBB I I I K#lG t-6 [GARDEN VALVE] I I TECHNICAL SPECIFICATIONS TABLE OF CONTENTS SECTION 01000 01300 01650 01660 01800 LANDSCAPE AND IRRIGATION 02010 - 02220 SOILS REPORT AND DEWATERING GRADING, EXCAVATING, BACKFILLING, AND COMPACTING 02510 03200 03300 03400 03600 04100 04200 05500 05541 05550 07100 07900 07905 11000 SECTION NAME SCOPE OF WORK SUBMI-ITAL PROCEDURE START-UP, FIELD TESTING AND ACCEPTANCE OF EQUIPMENT TRAINING AND OPERATION AND MAINTENANCE MANUALS AC PAVEMENT, BASE, AND SEAL COAT CONCRETE REINFORCEMENT CAST-IN-PLACE CONCRETE PRECAST CONCRETE WETWELL GROUT MORTAR MASONARY ANCHOR BOLTS ACCESSHOLES, FRAMES, AND COVERS ALUMINUM HATCHES INTERIOR LININGS, MOISTUREPROOFING AND COATINGS SEALANTS PREFORMED JOINT FILLERS GENERAL REQUIREMENTS FOR EQUIPMENT SECTION SECTION NAME 11080 11300 11341 11360 15062 15064 15066 15095 - _. -. 15102 15110 16000 16020 16110 16120 16130 16160 16360 17000 EMERGENCY GENERATOR EQUIPMENT CENTRIFUGAL PUMPING UNITS SUBMERSIBLE SUMP PUMP DAVIT CRANE DUCTILE IRON PIPE PLASTIC PIPE COPPER PIPING PIPING APPURTENANCES - RESILIENT SEATED KNIFE GATE VALVE ECCENTRIC PLUG VALVES GENERAL ELECTRICAL PROVISIONS EQUIPMENT CONTROL DEVICES RACEWAYS, FITTINGS, AND SUPPORTS WIRE AND CABLE JUNCTION AND DEVICES BOXES AND FITTINGS PILOT DEVICES DISCONNECT SWITCHES AND FUSES INSTRUMENTATION AND CONTROL SECTION 01000 SCOPE OF WORK PART l-GENERAL 1 .O 1 DESCRIPTION The Carlsbad Municipal Water District is seeking a Contractor to construct the Chinquapin Sewer Lift Station, a 6-inch PVC force main, and an 8-inch gravity extension to the new lift station. The Contractor shall provide all labor, materials, appurtenances for a fully operable and acceptable sewer conveyance facility as shown on the construction plans and as specified herein. - -. The new lift station will convey sewage from City of Carlsbad Planning Zone 11E to the VistaKarlsbad Interceptor sewer. A capacity of 380 gallons per minute at 50-foot total dynamic head will be used to provide a minimum scouring velocity of 3.5. feet per second. The ultimate build out for this zone is 360 gallons per minute, therefore ultimatecapacity will be achieved. 1.02 LOCATION The location of the new lifl station will be approximately 180’ south of Chinquapin Avenue on Carlsbad Boulevard. The Thomas Brothers location is page 1086, E7. 1.03 SURVEYING RESPONSIBILITY The Contractor shall be solely responsible for all costs related to surveying the site including vertical control and horizontal bearings and distances. END OF SECTION 01000-1 SECTION 01300 SUBMITTAL PROCEDURE 1.01 GENERAL Where required by the specifications, the Contractor shall submit descriptive information which will enable the Engineer to determine whether the Contractors proposed materials, equipment or methods of work are in general conformance to the design concept and in compliance with the drawings and specifications. The information to be submitted shall consist of drawings, specifications, descriptive data, certificates, samples, test results and such other information, all as specifically required in the specifications. In some instances, specified submittal information describes some, but not all, features of the material, equipment, or method of work. Features not requiring submittals shall be as specified. 1.02 CONTRACTOR’S RESPONSIBILITIES - -. Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or metfiod of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the requirements of the specifications and drawings. The Contractor shall insure that there is no conflict with other submittals and notify the Engineer in each case where his submittal may affect the work of another contractor. The Contractor shall insure coordination of submittals among the related crafts and subcontractors. The Contractor may authorize in writing a material or equipment supplier to deal directly with the Engineer with regard to a submittal. These dealings shall be limited to contract interpretations. 1.03 TRANSMITTAL PROCEDURE A. GENERAL: Submittals regarding material and equipment shall be accompanied by Transmittal Form 01300-A attached at the end of this section. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturers package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 01300-l 3 A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: “XXX”; where “XXX” is the sequential number assigned by the Contractor. Resubmittals shall have the following format: “XXX-Y”; where “XXX” is the originally assigned submittal number and fly” is a sequential letter assigned for resubmittals, i.e., A, B, or C being the 1st 2nd, and 3rd resubmittals, respectively. Submittal 025-B for example, is the second resubmittal of submittal 25. B. DEVIATION FROM CONTRACT: If the Contractor proposes to provide material, equipment, or method of work which deviates from the project manual, he shall indicate so under “deviations” on the transmittal form accompanying the submittal copies. C. SUBMITTAL COMPLETENESS: - Submittals which do not have all the information required to be submitted, ccluding devi&ions, are not acceptable and will be returned without review. 1.04 REVIEW PROCEDURE Submittals are specified for those features and characteristics of materials, equipment, and methods of operation which can be selected based on the Contractor’s judgment of their conformance to the requirements of the drawings and specifications. Other features and characteristics are specified in a manner which enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor’s guarantee that all features and characteristics not requiring submittals conform to the drawings and specifications. Review shall not extend to means, methods, techniques, sequences or procedures of construction, or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the contract manual) or to safety precautions or programs incident thereto. Review of a separate item, as such, will not indicate approval of the assembly in which the item functions. When the contract documents require a submittal, the Contractor shall submit the specified information as follows: 1. Seven copies of all the submitted information. Unless otherwise specified, within 15 calendar days after receipt of the submittal, the Engineer shall review the submittal and return six stamped copies. The original will be retained by the Engineer. The returned submittal shall indicate one of the following actions: 1. It the review indicates that the material, equipment or work method complies with the project manual, submittal copies will be marked “DRAWING APPROVED”. In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. 2. If the review indicates limited corrections are required, copies will be marked “DRAWING APPROVED AS NOTED”. The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where 01300-2 submittal information will be incorporated in O&M data, a corrected copy shall be provided. 3. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked “DRAWING REJECTED/RESUBMIT”. Except at his own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either “DRAWING APPROVED” or “DRAWING APPROVED AS NOTED”. 1.05 EFFECT OF REVIEW OF CONTRACTOR’S SUBMITTALS Review of drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of his responsibility for errors therein and shall not be regarded as.an assumption of risks or liability by the Engineer or Agency, or by any officer or employee thereof, and the Contractor shall have no claim under the contract on account of the failure, or partial failure, of the method of work,‘material, or equipment so reviewed. A mark of “DRAWING APPROVED” or “DRAWING APPROVED AS NOTED” shall mean that the Engineer has no objection to the Contractor, upon his own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. 1.06 SUBMI-I-TALS TO BE MADE TO THE ENGINEER: - -. 1. CRITICAL PATH METHOD SCHEDULE -. 2. FORCE MAIN PIPING AND FITTINGS 3. GRAVITY SEWER AND MANHOLES 4. AC PAVING, BASE AND SEAL COAT 5. CONCRETE 6. BLOCK 7. REBAR 8. PRECAST CONCRETE WETWELL 9. LIGHTS 10. HATCHES 11. VAULTS 12. CENTRIFUGAL PUMPS 13. SUMP PUMP 14. CHECK VALVES 15. PLUG VALVES 16. KNIFE GATE VALVE 17. MAIN SERVICE CENTER AND ALL APPURTENANCES WITHIN 18. CONTROL AND POWER WIRE DIAGRAMS 19. ELECTRICAL WIRE AND CONDUITS 20. ELECTRICAL DISCONNECT SWITCHES 21. CONDUIT LAYOUT 22. GENERATOR 23. DAVIT CRANE 24. PRESSURE GAUGES 25. FLOAT SWITCHES 26. MAGNETIC PROXIMITY SWITCHES 27. ALUMINUM LADDER AND SAFETY POSTS 28. ANNODIZED ALUMINUM FENCE 29. WROUGHT IRON GATES AND APPURTENANCES 30. HOSE RACK AND BIBB 31. LININGS, COATINGS AND PAINT 32. ALL LANSCAPE PLANTS AND IRRIGATION COMPONENTS 33. NUTS AND BOLTS 34. MISCELLANEOUS PART AND EQUIPMENT AS NOTED ON THE PLANS AND IN SPECIFICATIONS **END OF SECTION** 01300-3 01300-A. SUBMIT-I-AL TRANSMITTAL FORM: - -. TO: SHOP DRAWING/MATERIAL REVIEW REQUEST ENGINEER VIA INSPECTOR, OFFICE A-l-TN: CONTRACT TITLE: SUBMITTAL NO(S): SUBMITTAL: This is an original submittal, submittal -~ Previous submittal Nos. DATE OF THIS SUBMIT-I-AL 2nd submittal No. of submittal copies- CONTRACTOR: We have verified that this submittal contains all applicable material and information required for evaluation against the project specifications. Furthermore, we submit these items, which comply with the drawings and specifications (check one): with no deviations. except for the deviations described on the attachment. Item Specification Description of material section and (name, type, model, page number catalog no, mfg, etc) Date item required by CPM schedule COMMENTS: Include all drawing titles and numbers, specific information not on drawings, information coming later, etc. SUBMITTED BY: Signature DATE: *See the Engineers review stamp on returned drawings for review comments. 01300-4 SECTION 01650 START-UP, FIELD TESTING, AND ACCEPTANCE OF EQUIPMENT PART I-GENERAL 1 .O 1 DESCRIPTION This section specifies start-up, field testing, and acceptance of equipment for the lift station and all related appurtenances. 1.02 START-UP The Contractor shall provide fourteen days notice to the Inspector and Engineer prior to start-up of any equipment. Training will not be allowed until after start-up and must be completed a minimum of one day after start-up. Prior to the start-up of systems, all equipment manufacturers shall certify that the equipment has been installed properly and in accordance with the manufacturer’s recommendations and is ready to start-up. The Contractor shall coordinate start- up of the main service center, generator equipment, main centrifugal pumps, check valve, and flow meter manufacturers on the same day unless approved by the Engineer. Start-up at a minimum shall include: 1. Meggering all motors. 2. Visually inspecting field wiring against submitted drawings. 3. Checking for abnormalities that may have occurred during shipping or installation of all equipment and components including loose wiring, physical damage, or insecure mounting of components. 4. Energizing all panels. 5. Checking discrete signals locally at the panel and by jumping signals at the field end. 6. Testing all interlock and maintenance switches. 7. Checking analog signals by utilizing loop calibrator as required. 8. Calibrating pneumatic signal to wetwell. 9. Calibrating panel devices as required including timers and controllers. 10. Energizing flow indicator transmitter. 11. Calibrating flow meter. 12. Energizing motor starters and related components. 13. Cycle motors in both automatic and manual modes of operation. 14. Demonstrating uninterruptable power supply. 15. Checking out main service center in conjunction with associated equipment such as float override system. 16. Taking voltage and amperage draw readings for all motors under the specified head and rated capacity conditions. 17. Taking voltage readings and load testing the generator (l/4, %, %, FULL). 18. Calibrating all instnunents. 19. Testing all components of the main service center including control systems, automatic transfer switch, autodialer, scads systems, motor starters, and bubbler control system. Autodialer and scads system shall be tested to the SCADA Central at the Carlsbad Municipal Water District. 20. Load testing and operating the davit crane. 01650-l 2 1. Vibration testing the main centrifugal pumps. 22. Testing the centrifugal pumps at a minimum of 4 different operating conditions to establish a pump curve (including shutoff and specified operating point). 23. Testing the sump pump at the specified operating point. All manufacturer certifications for equipment and system components shall be accepted by the Engineer prior to Field Testing listed under 1.03. 1.03 FIELD TESTING AND EQUIPMENT ACCEPTANCE A. The Contractor shall provide and get approved by the Engineer the testing procedures for all equipment. The testing procedures at a minimum must deline what instrument will be used to test the equipment and how the equipment must be tested in order to determine compliance with the specifications and recognized standards of the industry. A master log book shall be kept and provided to the engineer for approval showing the test equipment, the compliance values, and the actual field measurements. - -. B. A full field test shall be performed by the Contractor the day afler the start-up acceptance by the Engineer. This field test shall include operating the main pumps using potable water for a minimum of 1 hour per each main pump per day for 5 consecutive days, operating the lift station to the end of the new 6-inch sewer force main, and using the emergency generator to supply power to all equipment and control systems. As a minimum the field tests shall include readings and data collection listed under individual equipment requirements for Field Testing. All expenses for electricity, water, and fuel shall be borne by the Contractor. After the field testing has been completed and accepted by the Engineer, the Contractor shall allow sewage to be conveyed to the new sewer lift station from the g-inch gravity sewer extension. A full thirty day “live test” using raw sewage under current flow conditions to the existing station shall follow. Acceptance of the lift station, 6-inch force main, and g-inch gravity sewer pipeline shall begin after the thirty day “live test”. If any problems need to be fixed during the thirty day test, the test shall start over. All costs for repairs/replacement are the responsibility of the Contractor. All warranties for labor, equipment, and materials shall begin on the date of acceptance. The acceptance letter will be written by the District Engineer of the Carlsbad Municipal Water District or designee. 01650-2 SECTION 0 1660 TWINING AND OPERATION AND MAINTENANCE MANUALS PART l-General 1 .O 1 Description This section specifies training and operation and maintenance manuals for equipment. 1.02 Training - -. A. The Contractor shall cause the equipment manufacturer’s to provide experienced and when applicable factory-trained personnel to train the Agency’s personnel. Training shall include going through the operation and maintenance manuals as well as a hands on training period with each piece of equipment listed. No training shall be provided on Mondays or Fridays. The Contractor shall provide a minimum of 14 days advance notice of training sessions. The - equipment to be trained on and the minimum hours shown: Eauiument Minimum Hours Centrifugal Pumps 4 sump Pump 1 Davit Crane 2 Emergency Generator 2 Main Service Center 8 Check Valve 1 Flow Meter 1 The training shall be performed a minimum of 1 day after the start-up as specified in Section 0 165 0. The training shall provide the Agency’s Operation and Maintenance personnel with sufficient information on the theory, design, operation and maintenance practices (routine monitoring, eyeing abnormal and normal operation, troubleshooting techniques, and preventative and corrective maintenance) to ensure that equipment and systems can be efficiently and effectively operated and maintained upon training completion. A minimum of 10 training manuals shall be provided. A training manual on each piece of equipment listed shall be submitted to the Engineer for approval a minimum of two weeks prior to training. Include the experience and qualifications of each instructor. The Engineer or his designee will be attending and monitoring training sessions. If any session is deemed unacceptable by the Engineer, the contents or instructor can be changed and the session repeated at no cost to the Agency. 01660-l 1.03 Operation and Maintenance Manuals In addition to the tmining manuals, ten copies of the operation and maintenance manuals shall be provided for all equipment listed. A separate submittal will be required for the operation and maintenance manuals in accordance with Section 0 1300 prior to any training listed under Section 1.02. The operation and maintenance manuals shall contain as a minimum: 1. Name and address of manufacturer 2. Nearest representative 3. Nearest repair shop 4. Lubrication information 5. Control diagrams 6. Start-up procedures 7. Operating procedures (Manual or Automatic Mode of Operation) 8. Preventative maintenance procedures 9. overhaul instructions 10. Parts List and Exploded View of Equipment 11. Recommended spare parts -. 12. Any other pertinent information END OF SECTION 0 1660-2 SECTION 01800 LANDSCAPE AND IRRIGATION PART l-GENERAL 1 .Ol DESCRIPTION The Contractor shall provide the landscaping and irrigation as shown on the plans to provide a complete and operable system. 1.02 SUBMITTALS Submittals for all plants and irrigation system components shall be submitted for approval to the Engineer in accordance with Section 01300 Submittals. 1.03 LANDSCAPE AND IRRIGATION SERVICE CONTRACT - -. The Contractor shall supply, repair, and maintain the landscape andirrigation for 1 year after the Chinquapin Lift Station Improvements are accepted by the Cartsbad Municipal Water District as defined in Section 01650 Start-Up, Field Testing, and Acceptance of Equipment. PART 2-PRODUCTS 2.01 PLANTS All plants and groundcover shall be provided as shown on the plans. 2.02 IRRIGATION All irrigation components shown on the plans are defined as being or equal. PART 3Execution 3.01 PLANTING AND IRRIGATION INSTALLATION All planting and irrigation installation shall be coordinated with other aspects of the Contract to ensure conduits, wiring and plumbing components are installed without having to repour concrete or repave asphalt areas. Also, planting shall be done after substantial completion of other work in order to avoid damage to plants. A written notice of substantial completion will be provided to the Contractor upon request. SECTION 02010 SOILS REPORT AND DEWATERING PART I - GENERAL 1.01 SCOPE OF WORK A. Design, furnish, install, maintain, operate and remove complete temporary dewatering system(s) as required to lower and control water levels and hydrostatic pressures during construction and dispose of pumped water. -- 1.02 B. Obtain necessary permits from governing agencies for the discharge or disposal of the dewatering water. - JOB CONDITIONS Subsurface Conditions: The results of previous subsurface explorations and ground water elevation measurements are available in the geotechnical investigation entitled: “Geotechnical Investigation for Chinquapin Sewer Lift Station, Carlsbad, California,” April 27, 1999, prepared by KLEINFELDER, Inc., Project No. XXXXX-XX-XX. This report is shown as Appendix 1 The test results are included for informational purposes only. The Contractor shall satisfy himself that this data is representative, and shall perform any additional testing he deems necessary to evaluate engineering properties for design of the dewatering system. 1.03 DEFINITIONS Dewatering includes lowering the water table and intercepting seepage, which would otherwise emerge from the faces or bottom of the excavation. 1.04 QUALITY ASSURANCE Before dewatering is commenced, the Contractor shall obtain the acceptance of the Owner for the method, installation and details of the dewatering system he proposes to use. To that end, the Contractor shall submit to the Owner plans setting forth the details of the proposed dewatering system. The dewatering system plans shall be in sufficient detail to indicate sizes of pumps, piping, appurtenances, the ultimate disposal point for water and to permit the Owner to judge the overall completeness and effectiveness of the proposed system. 2010-l The control of groundwater shall be such that softening of the bottom of excavations or formation of “quick” conditions or “boils”, do not occur. Dewatering systems shall be designed and operated so as to prevent removal of the natural soils. The Contractor shall select the particular method of dewatering to be employed. 1.05 RELATED WORK S’PECIFIED ELSEWHERE Section 02200 Earthwork 1.06 SUBMll-TALS A. At least thirty (30) days prior to installation of the dewatering system, submit eight (7) copies of working information and scheduling drawings and the following design data: - -- 1. The proposed type of dewatering system, including relief-of hydrostatic head and maintenance of the excavations in a dewatered and’in a hydrostatically relieved condition. 2. 3. 4. Arrangement, location and depths of the components of the system. A complete description of equipment to be used with installation, operation, and maintenance procedures. Standby equipment and emergency power supply. 5. Location and size of sumps and discharge lines including their relation to water disposal sites. 6. Types and sizes of filters. 7. Location, types and depths of wells and/or wellpoints and observation wells. 8. 9. Proposed locations of observation wells. Design calculations demonstrating adequacy of the selected system and equipment. 10. Coordination with earth support system design and excavation operations. 2010-2 B. Review of dewatering and recharge system by the Engineer shall not relieve the Contractor from the responsibility for the adequacy of these systems to achieve the specified results. PART 2 - PRODUCTS 2.01 - -. 2.02 BUMP PUMPING Sumps shall be no deeper than 5 feet and shall be at the low point of excavation. Excavation shall be graded to drain to the sumps. 2.03 WELL POINTS 2.04 GENERAL The Contractor shall furnish, install, operate and maintain all machinery, appliances, and equipment to maintain all excavations free from water during construction, and shall dewater and dispose of the water so as not to cause injury to public or private property, or to cause a nuisance or menace to the public. The dewatering system shall be installed and operated so that the groundwater level outside the excavation is not reduced to the extent, which would cause damage or endanger adjacent structures. The static water level shall be drawn down a minimum of 3 feet below the bottom of the excavation in order to maintain the undisturbed state of the foundation soils and to facilitate the placement to fill or backfill compacted to the required density. The annular space between the pipe and the borehole of the well point shall be sealed near the top of the well point to prevent vacuum leaks. Installation shall be carried out in such a way so as not to excessively disturb in situ material. DEEP WELLS Deep wells shall be cased with PVC, steel, or other suitable casing material. The casing shall have a perforated section at the water-producing zone. The annular zone between the casing and the bore hole may be gravel packed. Installation shall be carried out by any acceptable method. 2010-3 Vertical sand drains shall be installed with minimum disturbance to in situ material PART 3 - EXECUTION 3.01 GENERAL One hundred percent standby pumping capacity shall be available on site at all times and shall be connected to the dewatering system piping to permit immediate use. In addition, standby ancillary equipment and appliances for all ordinary emergencies, and competent workmen for operation and maintenance of all dewatering equipment shall be on site at all times. Standby equipment shall include emergency power generation and automatic switchover to the emergency generator when normal power fails. Dewatering systems shall not be shut down between shifts, on holidays, on weekends, or during work stoppages. - -. The Contractor shall control surface water to prevent entry into excavations. At each excavation, a sufficient number of temporary observation wells to continuously check the groundwater level shall be provided. 3.02 DRAINAGE OF EXCAVATED AREAS A. Collect surface water and seepage which may enter the excavation, and divert the water into a sump so that it can be drained or pumped. B. Install settling basins or other approved apparatus as required to reduce the amount of fine particles, which may be carried by water, diverted into the discharge line. C. Backfill sumps and settling basins when no longer required with granular material, concrete or other material as approved by the Engineer. 3.03 DISPOSAL A. Dispose of all water in accordance with applicable provisions of all Federal, State, and Local regulatory boards having jurisdiction over water discharges. Water containing soil, silt or chemical contaminants shall not be discharged into natural water courses, municipal drains, or sewers. 2010-4 B. The Contractor shall obtain the necessary discharge permits from the Regional Water Quality Control Board for proposed ground water dewatering discharges. 1. The Regional Board has adopted two general NPDES permits, which regulate groundwater extraction, waste discharges including groundwater remediation projects, to surface waters in the San Diego Region. Regional Board staff has developed procedures for processing requests for authorization to discharge under the general permits. 2. The procedures are as follows: a) Obtain a copy of the applicable general permit. b) Carefully read the applicable general permit and determine if the proposed groundwater extraction waste discharge can be conducted in compliance with the general permit. cl Submit the certification report described in the applicable general permit (see Reporting Requirements E.14 of both general permits) together with a copy of the attached certification of compliance on the responsible party’s letterhead, signed and certified as described for submittal of the Report of Waste Discharge in Reporting Requirement E.12 of both general permits. 3. Copies of the general permits may be obtained from Regional Board clerical staff. The two general permits are: 4 Order No. 95-25, NPDES No. CAG919001, General Waste Discharge Requirements for Groundwater Extraction and Similar Waste Discharges to San Diego Bay and Storm Drains or other conveyance Systems Tributary thereto, San Diego County. b) Order No. 96-41, NFDES No. CAG9 19002, General Waste Discharge Requirements for Groundwater Extraction and Similar Waste Discharges to Surface Waters Within the San Diego Region Except for San Diego Bay. C. The Contractor shall submit to the Owner copies of all permits obtained for the discharge or disposal of dewatering water. Copies of the permits shall be maintained on the jobsite at all times. D. The Contractor shall be familiar with and shall conform to the requirements of the General Waste Discharge Requirements as they relate to the quantity, quality, testing, reporting, and all other aspects of construction dewatering discharges. The Contractor shall perform all construction dewatering disposal in accordance with the provisions of the General Waste Discharge Requirements. END OF SECTION 2010-5 SECTION 02220 GRADING, EXCAVATING, BACKFILLING, AND COMPACTING PART I- GENERAL 1.1 A. B. 1.2 - - A. B. C. PART 2 2.1 A. SUMMARY Grade, excavate, backfill, compact, and grade the site to the elevations shown on the Drawings, as specified herein, and as needed to meet the requirements of the construction shown in the Contract Documents. Related work: 1. Section 02010: Soils report and soil engineer. QUALITY ASSURANCE Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. Use equipment adequate in size, capacity, and numbers to accomplish the work of this Section in a timely manner. In addition to complying with requirements of governmental agencies having jurisdiction, comply with the directions of the soil engineer. . PRODUCTS SOIL MATERIALS Fill and backfill materials: 1. Provide soil materials free from organic matter and deleterious substances, containing no rocks or lumps over 6” in greatest dimension, and with not more than 15% of the rocks or lumps larger than 2-3/8” in their greatest dimension. 2. Fill material is subject to the approval of the soil engineer, and is that material removed from excavations or imported from off-site borrow areas, predominantly granular, non-expansive soils free from roots and other deleterious matter. 3. Do not permit rocks having a dimension greater than I” in the upper 12” of fill or embankment. 4. Cohesionless material used for structural backfill: Provide sand free from organic material and other foreign matter, and as approved by the soil engineer. 5. Where granular base is called for under building slabs, provide aggregate complying with requirements of Section 03300 of these Specifications. 02220-l 2.2 TOPSOIL - A. Where and if shown on the Drawings or otherwise required, provide topsoil consisting of friable, fertile soil of loamy character, containing an amount of organic matter normal to the region, capable of sustaining healthy plant life, and reasonably free from subsoil, roots, heavy or stiff claystones larger than 2” in greatest dimension, noxious weeds, sticks, brush, litter, and other deleterious matter. B. Obtain topsoil from sources within the project limits, or provide imported topsoil obtained from sources outside the project limits, or from both sources. 2.3 OTHER MATERIALS A. Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the Engineer. PART 3 - EXECUTION 3.; SURFACE CONDITIONS - A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.2 FINISH ELEVATIONS AND LINES A. Comply with elevations listed on the plans. 3.3 PROCEDURES A. Utilities: 1. Unless shown to be removed, protect active utility lines shown on the Drawings or otherwise made known to the Contractor prior to excavating. If damaged, repair or replace at no additional cost to the Owner. 2. If active utility lines are encountered, and are not shown on the Drawings or otherwise made known to the Contractor, promptly take necessary steps to assure that service is not interrupted. 3. If service is interrupted as a result of work under this Section, immediately restore service by repairing the damaged utility at no additional cost to the Owner. 4. If existing utilities are found to interfere with the permanent facilities being constructed under this Section, immediately notify the Engineer and secure his instructions. 5. Do not proceed with permanent relocation of utilities until written instructions are received from the Engineer. B. Protection of persons and property: 1. Barricade open holes and depressions occurring as part of the Work, and post warning lights on property adjacent to or with public access. 2. Operate warning lights during hours from dusk to dawn each day and as otherwise required. 02220-2 C. D. E. 3.4 A. - -. B. C. D. E. F. G. 3. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, washout, and other hazards created by operations under this Section. Dewatering: 1. Remove all water, including rain water, encountered during trench and sub- structure work to an approved location by pumps, drains, and other approved methods. 2. Keep excavations and site construction area free from water. Use means necessary to prevent dust becoming a nuisance to the public, to neighbors, and to other work being performed on or near the site. Maintain access to adjacent areas at all times. EXCAVATING Perform excavating of every type of material encountered within the limits of the Work to the lines, grades, and elevations indicated and specified he_rein. Satisfactory excavated materials: 1. Transport to, and place in, fill or embankment areas Unsatisfactory excavated materials: 1. Excavate to a distance below grade as directed by the soil engineer, and replace with satisfactory materials. 2. Include excavation of unsatisfactory materials, and replacement by satisfactory materials, as parts of the work of this Section. Surplus materials: 1. Dispose of unsatisfactory excavated material, and surplus satisfactory excavated material, away from the site at disposal areas arranged and paid for by the Contractor. Excavation of rock: 1. Where rocks, boulders, granite, or similar material is encountered, and where such material cannot be removed or excavated by conventional earth moving or ripping equipment, take required steps to proceed with the general grading operations of the Work, and remove or excavate such material by means which will neither cause additional cost to the Owner nor endanger buildings or structures whether on or off the site. 2. Do not use explosives without written permission from the Engineer. Excavate and backfill in a manner and sequence that will provide proper drainage at all times. Borrow: 1. Obtain material required for fill or embankment in excess of that produced within the grading limits of the Work from borrow areas selected and paid for by the Contractor and approved by the soil engineer. 02220-3 H. Ditches and gutters: 1. Cut accurately to the cross sections, grades, and elevations shown. 2. Maintain excavations free from detrimental quantities of leaves, sticks, trash, and other debris until completion of the Work. 3. Dispose of excavated materials as shown on the Drawings or directed by the soil engineer; except do not, in any case, deposit materials less than 3’-0” from the edge of a ditch. I. Unauthorized excavation: 1. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific instruction from the Engineer or the soil engineer. 2. Under footings, foundations, or retaining walls: a. Fill unauthorized excavations by extending the indicated bottom elevation of the footing or base to the excavation bottom, without altering the re- quired top elevation. b. When acceptable to the soil engineer, lean concrete fill may be used to bring the bottom elevation to proper position. 3. Elsewhere, backfill and compact unauthorized excavations as specified for authorized excavations, unless otherwise directed by the soil engineer. J. Stability of excavations: 1. Slope sides of excavations to 1:l or flatter, unless otherwise directed by the soil engineer. 2. Shore and brace where sloping is not possible because of space restrictions or stability of the materials being excavated. 3. Maintain sides and slopes of excavations in a safe condition until completion of backfilling. K. Shoring and bracing: 1. Provide materials for shoring and bracing as may be necessary for safety of personnel, protection of work, and compliance with requirements of governmental agencies having jurisdiction. 2. Maintain shoring and bracing in excavations regardless of the time period excavations will be open. 3. Carry shoring and bracing down as excavation progresses. L. Excavating for structures: 1. Conform to elevations and dimensions shown within a tolerance of 0.10 ft, and extending a sufficient distance from footings and foundations to permit placing and removing concrete form work, installation of services, other construction required, and for inspection. 2. In excavating for footings and foundations, take care not to disturb bottom of excavation: E: Excavate by hand tools to final grade just before concrete is placed. Trim bottoms to required lines and grades to leave solid base to receive concrete. 3. Excavate for footings and foundations only after general site excavating, filling, and grading are complete. 02220-4 M. Excavating for pavements: 1. Cut surface under pavements to comply with cross sections, elevations, and grades. 3.5 FILLING AND BACKFILLING A. General: 1. For each classification listed below, place acceptable soil material in layers to required subgrade elevations. 2. In excavations: a. Use satisfactory excavated or borrowed materials. 3. Under asphalt pavements: a. Use subbase materials. 4. Under building slabs: a. Use granular fill, if so called for on the Drawings, complying with aggregate acceptable to these Specifications. - -. B. Backfill excavations as promptly as progress of the Work permits, but not until -~ completion of the following. 1. Acceptance of construction below finish grade including, wher&applicable, dampproofing and waterproofing. 2. Inspecting, testing, approving, and recording locations of underground utilities. 3. Removing concrete formwork. 4. Removing shoring and bracing, and backfilling of voids with satisfactory materials. 5. Removing trash and debris, 6. Placement of horizontal bracing on horizontally supported walls. C. D. Ground surface preparation: 1. Remove vegetation, debris, unsatisfactory soil materi als, obstructions, and deleterious matter from ground surface prior to placement of fills. 2. Plow, strip, or break up sloped surfaces steeper than one vertical to four horizontal so that fill material will bond with existing surface. 3. When existing ground surface has a density less than that specified under “compacting” for the particular area, break up the ground surface, pulverize, moisture- condition to the optimum moisture content, and compact to required depth and percentage of maximum density. Placing and compacting: 1. Place backfill and fill materials in layers not more than 8” in loose depth. 2. Before compacting, moisten or aerate each layer as necessary to provide the optimum moisture content. 3. Compact each layer to required percentage of maximum density for area. 4. Do not place backfill or fill material on surfaces that are muddy, frozen, or containing frost or ice. 5. Place backfill and fill materials evenly adjacent to structures, to required elevations. 02220-5 6. Take care to prevent wedging action of backfill against structures by carrying the material uniformly around the structure to approximately the same elevation in each lift. 7. Where the construction includes basement or other underground walls having structural floors over them, do not backfill such walls until the structural floors are in place and have attained sufficient strength to support the walls. 3.6 GRADING A. General: 1. Uniformly grade the areas within limits of grading under this Section, including adjacent transition areas. 2. Smooth the finished surfaces within specified tolerance. 3. Compact with uniform levels or slopes between points where elevations are shown on the Drawings, or between such points and existing grades. 4. Where a change of slope is indicated on the Drawings, construct a rolled transition section having a minimum radius of approximately 8’0”, unless adjacent construction will not permit such a transition, or if such a transition - -. -. defeats positive control of drainage. - B. Grading outside building lines: 1. Grade areas adjacent to buildings to achieve drainage away from the structures, and to prevent ponding. 2. Finish the surfaces to be free from irregular surface changes, and: a. Shape the surface of areas scheduled to be under walks to line, grade, and cross-section, with finished surface not more than 0.10 ft above or below the required subgrade elevation. b. Shape the surface of areas scheduled to be under pavement to line, grade, and cross-section, with finished surface not more than 0.05 ft above or below the required subgrade elevation. 3.7 COMPACTING A. Control soil compaction during construction to provide the minimum percentage of density specified for each area as determined according to ASTM D1557. B. Provide not less than the following maximum density of soil material compacted at optimum moisture content for the actual density of each layer of soil material in place, and as approved by the soil engineer. 1. Structures: a. Compact the top 8” of subgrade and each layer of fill material or backfill material at 90% of maximum density. 2. Lawn and unpaved areas: a. Compact the top 8” of subgrade and each layer of fill material or backfill material at 90% of maximum density. b. Compact the upper 12” of filled areas, or natural soils exposed by excavating, at 85% of maximum density. 3. Walks: a. Compact the top 8” of subgrade and each layer of fill material or backfill material at 90% of maximum density. 4. Pavements: 02220-6 3.8 - 3.9 C. a. Compact the top 8” of subgrade and each layer of fill.material or backfill material at 90% of maximum density. Moisture control: 1. Where subgrade or layer of soil material must be moisture-conditioned before compacting, uniformly apply water to surface of subgrade or layer of soil material to prevent free water appearing on surface during or subsequent to compacting operations. 2. Remove and replace, or scarify and air dry, soil material that is too wet to permit compacting to the specified density. 3. Soil material that has been removed because it is too wet to permit compacting may be stockpiled or spread and allowed to dry. Assist drying by discing, harrowing, or pulverizing until moisture content is reduced to a satisfactory value as determined by moisture-density relation tests approved by the soil engineer. FIELD QUALITY CONTROL A. Secure the soil engineer’s inspection and approval of sub-grades and-fill layers before subsequent construction is permitted thereon. B. Provide at least the following tests to the approval of the soil engineer: 1. At paved areas, at least one field density test for every 2000 sq ft of paved area, but not less than two tests; 2. In each compacted fill layer, one field density test for every 2000 sq ft of overlaying paved area, but not less than two tests. C. If, in the soil engineers opinion based on reports of the testing laboratory, subgrade or fills which have been placed are below specified density, provide additional com- pacting and testing per the Soils Engineers recommendations. MAINTENANCE A. Protection of newly graded areas: I. Protect newly graded areas from traffic and erosion, and keep free from trash and weeds; 2. Repair and reestablish grades in settled, eroded, and rutted areas to the specified tolerances. B. Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify the surface, reshape, and compact to the required density prior to further construction. 02220-7 3.10 CERTIFICATION A. Upon completion of this portion of the Work, and as a condition of its acceptance, deliver to the Engineer a written report from the soil engineer certifying that the compaction requirements have been obtained. State in the report the area of fill or embankment, the compaction density obtained, and the type or classification of fill material placed. END OF SECTION - 02220-8 SECTION 02510 AC PAVEMENT, BASE AND SEAL COAT PART I - GENERAL 1.01 DESCRIPTION The Contractor shall perform all work associated with AC Pavement and Base as shown and as specified herein including all labor, materials, equipment, supplies, and facilities associated with providing a finished product satisfying all the requirements of the Contract documents. 1.02 REFERENCES - -. Excerpt as otherwise indicated, the current editions of the following shall apply to the work of this section: 1. Standard Specifications for Public Works Construction 2. State of California, Department of Transportation Standard Specifications 1.03 SUBMITTALS The Contractor shall submit, in writing, materials, testing reports, designs and other pertinent information satisfactory to the Engineer demonstrating that materials and methods to be utilized will comply with the referenced provisions of Standard Specifications and in accordance with Section 01300 Submittals. PART 2- PRODUCTS 2.01 MATERIALS REQUIREMENTS A. Aggregate Base: Materials, for aggregate base shall conform to the requirements of Section 400 of the Standard Specifications. B. Prime Coat: Prime coat shall be slow curing SC-250 liquid asphalt. C. Tack Coat: Tack coat materials shall be as specified in Section 302-5.4 of the Standard Specifications for Public Works Construction and shall be SS-1 h emulsified asphalt. D. Asphaltic-Concrete: Asphaltic-concrete shall be as specified in Section 203-6 of the Standard Specifications for Public Works Construction. Class Cl grading shall be used. Paving asphalt of viscosity grade C2-AR-4000 shall be used. The base pavement section shall be 2 %” thick of C2-AR-4000 with %” rock. The finish pavement section shall be 1 W thick of C2-AR-4000 with %” rock. 0251 O-l - -. E. Pavement Sealer: The pavement sealer shall consist of mixing coal tar pitch emulsion, aggregate, and water and spreading the mixture, in consecutive applications, on bituminous pavement surfaces. Coal tar pitch emulsion and slurry shall be applied to the finish pavement section and in accordance with these specifications and shall be submitted for approval in accordance with Section 01300 Submittals. 1. Coal tar pitch emulsion shall conform to all requirements of Federal Specification R-P-355. The emulsion shall be homogenous and shall show no separation or coagulation of components that can not be overcome by moderate stirring. It shall be capable of application and complete coverage by squeegee, brush or approved mechanical methods, to the surface of the bituminous pavement when spread at the specified application rates. 2. Water shall be of such quality that the coal tar will not separate from the emulsion before the material is in place in the work. 3. Aggregate shall be either a natural or processed material composed of clean, hard, durable, uncoated particles of rock free from dirt, organic matter, and other objectionable substances. Aggregate shall have a Sand Equivalent value of 30 minimum. The percentage composition by weight, of the aggregate shall conform to the following grading: Sieve Sizes Percentaae Passing No. 16 100 No. 30 15-85 No. 50 2-10 No. 100 o-2 PART 3 - EXECUTION 3.01 CONSTRUCTION REQUIREMENTS A. Subgrade Preparation: The subgrade shall conform to the requirements of Section 02220. Two-inch by 6-inch (2” x 6”) redwood headers shall be firmly staked in the proper positions along all edges. B. Aggregate Base: Thickness shall be 12 inches minimum. Construction of the aggregate base course shall be as specified in Section 301-2 of the Standard Specifications. C. Prime Coat: All areas to be paved shall receive a prime coat, applied at a rate between 0.10 and 0.25 gallon per square yard. D. Tack Coat: A tack coat shall be applied to all metal or concrete faces that will be in contact with new asphalt concrete paving. A tack coat shall also be applied between new asphalt concrete pavement and new asphalt concrete berm. The tack coat shall be applied at an approximate rate of 0.5 to 0.10 gallon per square yard. E. AsphaltioConcrete: Paving thickness shall be 4 inches minimum and shall conform to the requirements as specified in Section 302-5 of the Standard Specifications. F. Pavement Sealer: 1. Proportioning the aggregate: Aggregate shall be mixed with the emulsion at a rate of 3 to 6 pounds per gallon of undiluted coal tar pitch emulsion, based on the oven dry weight of the aggregate. Water blended in the mix for workability shall include the surface moisture content of the aggregate and shall not exceed 20 percent, by volume, of emulsion used. The amount of water to be added to the emulsion shall be the minimum necessary to secure a workable mixture as determined by the Inspector. 2. Mixing: Emulsion shall be charged into the mixer first, and, if necessary, water shall be added as the mixer operates, allowing not less than 5 minutes for thorough blending of the liquids. Dampened aggregate shall be introduced slowly as the mixer operates, to prevent segregation or lumping of the materials, and mixing shall be continued for a minimum of 5 minutes after all aggregate has been added. The mixture shall be uniform ani homogenous, and no slurry shall be accepted in which the emulsion has broken prior to spreading operations. 3. Applying seal coat: Pavement surfaces to be seal coated shall be free from oil and grease spots, paint, clay, dust and other objectionable materials which might adversely affect bonding of the emulsion. Cleaning equipment shall be capable of effectively removing grease, oil, paint, clay, dust and other objectionable materials from the pavement prior to priming. Solvents shall not be used for cleaning. Emulsion shall not be applied to newly constructed asphalt concrete surfaces until 30 days after spreading and compacting the new asphaltic concrete. After 30 days, the surface of the newly constructed asphaltic concrete shall be washed with a strong detergent, such as trisodium phosphate, before application of the emulsion. When detergents are used for cleaning the pavement surface, the pavement shall be thoroughly rinsed with water before application of the emulsion. Immediately prior to application of the emulsion, the pavement surface shall be dampened as directed by the Engineer. A distributor truck or other equipment approved by the Inspector shall be used to apply the water. Emulsion and slurry shall be applied by the combined or individual use of spray bar equipment, mechanical brushes, nylon or plastic bristled brooms, squeegees, and related hand tools, The first application shall consist of coal tar pitch emulsion (prime coat) spread at a rate of 0.075 to 0.10 gallons per square yard. The second application shall consist of a coal tar pitch emulsion sand slurry containing 3 to 5 pounds of aggregate per gallon of undiluted emulsion, spread at a rate of 0.10 to 0.15 gallons per square yard. The third application shall consist of slurry containing 4 to 6 pounds of aggregate per gallon of undiluted emulsion, spread at a rate of 0.10 to 0.15 gallons per square yard. Each application shall be cured sufficiently so that the material will not adhere to and be picked up by the tires of vehicles before the next coat is applied. The curing period shall not be less than 4 hours. Each coat shall be applied so that the coverage is uniform, and any pinholes or unsealed areas shall be repaired as directed by the Inspector, prior to subsequent slurry application. Upon completion of the slurry seal, no vehicles or traffic shall be allowed on the area for less than 24 hours. Slurry seal shall be placed in dry weather and only when the pavement and atmosphere are 50 degrees Fahrenheit or above. Application shall not be permitted when precipitation is anticipated before the film dries to a rain resistant coating. ***END OF SECTION*” SECTION 03200 CONCRETE REINFORCEMENT PART I-GENERAL 1 .O 1 Description This section specifies reinforcing steel for use in reinforced concrete. 1.02 Quality Assurance A. Quality Control By Contractor - To demonstrate conformance with the specified requirements for cast-in-place concrete, the Contractor shall provide the services of an independent testing laboratory which complies with the requirements of ASTM E329. The testing laboratory shall sample and test concrete materials as _ required in Section 03300. Costs of testing laboratory services shall be borne by the Contractor. -. B. References This section references documents that are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference ASTM A61 5-84a Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM E329-77 Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials Used in Construction CRSI 78 Placing Reinforcing Bars CRSI 63 Recommended Practice for Placing Bar Supports, Specifications, and Nomenclature CRSI-1980 Manual of Standard Practice FEDSPEC QQ-W-46 1H Wire, Steel, Carbon PART 2-PRODUCTS 2.0 1 Bar Reinforcement Reinforcing bars shall be deformed billet-steel conforming to ASTM A6 15, Grade 60, including supplementary requirements. 03200-l 2.02 Tie Wire Tie wire shall be minimum 16 gauge annealed steel conforming to FEDSPEC QQ-W- 461H. 2.03 Bar Supports Bar supports shall be located in accordance with CRSI Manual of Standard Practice and placed in accordance with CRSI 65. Concrete block supports shall be provided for footing and slabs. Standard steel supports shall be provided for other work. 2.04 Product Data The following information shall be provided: - -. 1. Bar placement drawings 2. Bar lists 3. Certified mill test reports 4. Bar tags PART 3-EXECUTION 3.01 General The Agency is defining the quality of concrete reinforcement by specifying in this part some of the means, methods, techniques, sequences and procedures for installation of concrete reinforcement. The Contractor, without relinquishing authority and responsibility for supervision and direction of work, agrees to follow the specified means: methods, techniques, sequences: and procedures. 3.02 Fabrication Reinforcing steel shall not be bent or straightened in a manner which will injure the material. Bars with kinks or with bends not shown shall not be used. Heating or welding bars shall be performed in accordance with CALTRANS Section 52.1.08B. Bars shall not be welded at bends. Tack welding of cross bars is not acceptable. 3.03 Placement Reinforcing steel shall be positioned accurately and secured against displacement by using annealed iron wire or clips at intersections and shall be supported by concrete or metal chairs, spacers or metal hangers. Steel rods and pegs may be used to support reinforcing steel on rock foundations. Reinforcing steel shall be placed in such a manner as to not damage waterproofing membrane or plastic lining which have been previously applied or constructed. Reinforcing steel shall be bent or slightly relocated where necessary to clear waterstop. Reinforcing steel shall not be placed on fresh concrete or forced into fresh concrete. Positioning support for embedded items shall not be welded to reinforcement. Additional reinforcement may be provided for this purpose. 03200-2 3.04 Splicing Reinforcing steel shah be spliced as shown, or at construction joints approved by Engineer. In slabs subject to lateral pressure, reinforcing steel shah not be spliced in areas of maximum stress. Splices of adjacent bars shah be staggered. 3.05 Cleaning Reinforcing steel shall be cleaned of mill rust scale, dried concrete, or other coating that may reduce bond. Reinforcement reduced in section is not acceptable. When concrete placement is delayed, reinforcement shall be cleaned by sandblasting. **END OF SECTION** 7. J 03200-3 SECTION 03300 CAST-IN-PLACE CONCRETE PART I-GENERAL 1 .Ol QUALITY ASSURANCE A. QUALITY CONTROL BY CONTRACTOR To demonstrate conformance with the specified requirements for cast-in-place concrete, the Contractor shall provide the services of an independent testing laboratory which complies with the requirements of ASTM E329. Costs of testing laboratory services shall be borne by the Contractor. B. BASIS FOR QUALITY - Cast-in-place concrete shall conform to the requirements of AC1 3 0 l-72, except as modified. -. C. REFERENCES This section references documents that are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents: the requirements of this section shall prevail. Reference AC1 211.1-81 Selecting Proportions for Normal Concrete AC1 214-77 Evaluation of Strength Test Results of Concrete AC1 347-78 Concrete Formwork ASTM C3 l-84 Standard Method of Making and Curing Concrete Test Specimens in the Field ASTM C33-84 Concrete Aggregates ASTM C39-84 Standard Test for Compressive Strength of Cylindrical Concrete Specimens ASTM C94-84 Ready-Mixed Concrete ASTM C 136-84a Sieve Analysis of Fine and Coarse Aggregates ASTM C 143-78 Standard Test for Slump of Portland Cement Concrete ASTM C150-85 Portland Cement 03300-I - ASTM E329-77 1.02 SUBMITTALS 1. MIX DESIGN Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as used in Construction Reports of concrete mix designs shall be submitted two weeks prior to any concrete placement for approval by the Engineer. The mix designs shall include proper proportions of materials the different types of concrete. The mix shall consist of specified cement, admixtures, aggregate, water retarder&s, and water. Methods for selecting and adjusting proportions of ingredients shall be in accordance with AC1 2 11.1. The laboratory reports of each mix design shall state whether the items reported comply with the specifications and shah show (1) the expected strength, (2) corresponding slump, (3) expected drying shrinkage, (4) weights and test results of the ingredients, and (5) other physical properties necessary to check the mix design. Each mix design shall be checked in the laboratory by the preperation of two trial batches, one with 2-inch slump and one with 5-inch slump. For each batch, six standard test cylinders shall be cast and cured as specified for the field concrete. Three cylinders from each batch shall be tested at age 7 days, two at 14 days, and one at age 28 days. 2. FIELD TRIAL MIX After acceptance of the laboratory mix design and prior to concrete placement, the Contractor shall establish field proportions for the concrete required. Field trial concrete shall be manufactured using the equipment to be used for the work. Minor adjustments shall be made in the mix design to provide a dense, homogenous, durable concrete with good workability and finishing quality. PART 2-PRODUCTS 2.01 MATERIALS A. CEMENT Portland cement shall be ASTM C 150, Type II or Type V, low alkali, containing less than 0.60 percent alkalies. B. AGGREGATES 1. General Except as modified herein, fine and coarse aggregates shall conform to ASTMC33. Fine and coarse aggregates shall be regarded as separate ingredients. Aggregates shall be nonreactive and shall be washed before use. When sources of aggregates are changed, test reports shall be provided for the new material. The tests specified shall be performed prior to commencing with concrete work. 03300-2 2. Fine Aggregates: Fine aggregates shall be hard dense: durable particles of either sand or crushed stone regularly graded from coarse to fine. When tested in accordance with ASTM C 136, gradation shall conform within the following limits: U.S. Standard Sieve Size Percent bv Weight Passinq 318 inch 100 No. 4 95-100 No. 8 65-95 No. 16 47-70 No. 30 27-45 No. 50 10-21 No. 100 2-8 No. 200 o-2 Fine aggregate shall not exceed 40 percent by weight of combined aggregate total, except for concrete with coarse aggregate of less than maximum size of % inch. - -- 3. Other tests shall be in accordance with the following specifications: Test Method Reauirements Material passing No. 200 sieve ASTM Cl17 3 percent max by weight Reactivity appendix ASTM C289 Per ASTM C33, Sand Equivalent CALTEST 217 Minimum 75 4. Coarse Aggregate: Coarse aggregate shall be hard, dense and durable gravel of crushed rock free from injurious amounts of soft and friable particles, alkali, organic matter and other deleterious substances. The combined grading requirements for aggregates, tested in accordance with ASTM C 136, shall be as follows: U.S. Standard Sieve Size Percent bv Weight Passing 1 inch 100 % inch 64-100 318 inch 34-65 No. 4 29-53 No. 8 24-40 No. 16 18-32 No. 30 12-25 No. 50 5-15 No. 100 l-5 No. 200 o-2 03300-3 Before and during field trial mixes, the Contractor may make minor adjustments to the above gradation to produce the specified concrete. During progress of work, variations from the specified gradations will be acceptable in individual tests if the average of three consecutive tests is within the specified limits. 5. Other tests shall be in accordance with the following specifications: Test Method Reauirements Material passing No. 200 sieve ASTM Cl17 1 percent max by weight Clay lumps and friable material ASTM Cl42 4.5% max by weight Soundness with ASTM C88 10 percent max loss sodium sulfate - -. Abrasion ASTM Cl31 35% maxbss after 500 revolutions in Los Angeles maching Reactivity appendix ASTM C289 Per ASTM C33, Cleanness value CALTEST 227 Minimum 75 C. ADMIXTURES ’ 1. General: Admixtures shall be compatible with the concrete. Calcium chloride or admixtures containing calcium chloride are not acceptable. Admixtures shall be used in accordance with the manufacturer’s recommendations and shall be added separately to the concrete mix. 2. Water reducing retarder: Water reducing retarder shall be ASTM C94, Type D. The water reducing retarder shall reduce the water required at 11 percent for a given concrete consistency and shall comply with the water/cement ratio standards of AC1 2 11.1. 3. Air entraining agent: Air entraining agent shall be Mater Builders, MB-AElO or equal. The air entraining agent added shall produce an entrained air content between 3 and 5 percent in accordance with ASTM C260. D. WATER Water for washing aggregate, for mixing and for curing shall be free from oil and deleterious amounts of acids, alkalies, and organic materials; shall not contain more than 1000 mg/l of chlorides as Cl, nor more than 1300 mg/l of sulfates as S04; and shall not contain an amount of impurities that may cause a change of more than 25 percent in the setting time of the cement nor a reduction of more than 5 percent in the compressive strength of the concrete at 14 days when compared with the result obtained with distilled water. Additionally, water used for curing shall not contain an amount of impurities sufficient to discolor the concrete. 03300-4 2.02 CONCRETE CHARACTERISTICS A. MIX PROPORTIONING Concrete shall be normal weight concrete composed of specified cement, admixtures, aggregates and water proportioned and mixed to produce a workable, strong, dense, and impermeable concrete. Concrete shall have a maximum coarse aggregate size of % inch, a minimum cement content of 6 sacks per cubic yard of concrete, a specified air entrainment agent, a water reducing retarder, and a minimum 28day compressive strength of 4000 psi. B. TESTS AND SPECIAL COLORING Compressive strength shall be determined at the end of 28 days based on test cylinders . made and tested in accordance with ASTM C39. Concrete encasement for electrical conduit shall contain 3 pounds of red oxide per sack of cement. - - 2.03 SLUMP TESTS A. SLABS The minimum working limit for all slabs shall be 2 inch minimum and 3 inch maximum. B. ELECTRICAL CONDUIT ENCASEMENT The minimum working limit for electrical conduit encasement shall be 4 inch minimum and 8 inch maximum. 2.04 FIELD TESTING 1. Six standard test cylinders shall be obtained from the field trial mixes for the concrete specified and tested as specified for the mix design test cylinders. Drying shrinkage shall be measured as specified in 2.04.2. The Inspector shall be notified 1 week in advance of field trial mix work; field tial mix work shall be performed in the presence of the Inspector and a member of the testing laboratory present. Sampling and testing of concrete shall be done by the independent testing laboratory. Certified copies of the laboratory test results shall be submitted to the Engineer for approval. Concrete shall not be placed in the field prior to acceptance of the field trial mix by the Engineer. 2. Drying Shrinkage: Drying shrinkage specimens shall be prepared from the same concrete used for preparing compression test cylinders for mix design and for field trial mix. From each mix, three specimens shall be prepared. The drying shrinkage specimens shall be 4” x 4” x 11” prisms with an effective gauge length of lo”, prepared, cured, dried and measured in accordance with ASTM C 157. The average drying shrinkage of each group of the test specimens shall not 0.043 percent for the mix design and 0.055 percent for the field trial. 03300-5 2.05 READY-MIXED CONCRETE TRUCK DELIVERY TICKETS Each load of ready-mixed concrete delivered to the job site shall be accompanied by a delivery ticket showing the information listed in ASTM 94, Section 15. PART 3-EXECUTION 3.01 GENERAL The Agency is defining the quality of cast-in-place concrete by specifying in this part some of the means: methods, techniques, sequences, and procedures for construction of cast-in-place concrete. The Contractor, without relinquishing authority and responsibility for supervision and direction of the work, agrees to follow the specified means, methods, techniques, sequences, and procedures. 3.02 CONCRETE - -. -. Concrete shall be truck-mixed, ready-mixed concrete conforming to the applicable portions of ASTM C94. Materials shall be proportioned by weighing. Water shall be introduced at the time of charging of the mixer; additional water may be introduced within 45 minutes from charging the mixer, provided the specified slump is not exceeded; or the Contractor shall be responsible for producing concrete of the specified characteristics. Contractor shall arrange with the independent testing laboratory for inspection as required to comply with these specifications. Concrete shall be delivered to the site of work and discharge shall be completed within 1 % hours after introduction of the water to the mixture. 3.03 CONVEYANCE AND PLACING CONCRETE A. CONVEYING CONCRETE Concrete shall be conveyed from the mixer to the forms in accordance with AC1 30 1, Chapter 8. Concrete which has segregated in conveying shall be removed from the site of the work. B. PLACING CONCRETE Concrete shall be placed in accordance with ACI 301, Chapter 8, and AC1 304, Chapter 6. When concrete is placed by pumping, the concrete shall be the class and consistency specified. Slump shall be measured at the hose discharge. Slump loss in pumping, measured between the pumping unit inlet hopper and the hose discharge, shall not exceed 1 inch. Before starting each pumping operation, the pump and line shall be primed with a cement slurry to lubricate the system. Cement slurry shall be wasted outside of the forms. C. PLACING CONCRETE IN HOT WEATHER In hot weather above 80 degrees Fahrenheit, concrete shall be placed in accordance with AC1 305. 03300-6 D. PLACING CONCRETE IN COLD WEATHER In cold weather below 50 degrees Fahrenheit, concrete shall be place in accordance with AC1 306. 3.04 CONSOLIDATING CONCRETE Concrete shall be consolidated in accordance with AC130 1) Chapter 8. Concrete placing shall be suspended if proper consolidation is not being secured until proper consolidation can be acheived. 3.05 CURING Concrete shall be kept wet continuously for a minimum of 10 days after placement. Absorptive mats or fabric may be used to retain moisture during the curing period. 3.06 PROTECTION - -- Concrete shall be protected from injurious action by sun, rain, and flowing water, frost and from mechanical injury2 and shall not be allowed to dry out from the time it is placed until the expiration of curing periods. Steel troweled slabs shall be protected with krafi paper, 6 mil polyethylene membrane, or other similar waterproof material for at least two weeks after placement. Float or broom finished slabs need to be protected after curing only in areas subject to damage during construction. 3.07 INSERTS AND EMBEDMENTS Where pipes, castings or conduits are to pass through structures, the Contractor shall place such pipes or castings in the forms before placing the concrete, or provide openings in the concrete for subsequent insertion of such pipes, castings, or conduits. 3.08 REPAIR OF SURFACE DEFECTS Surface defects, including tie holes, minor honeycombing or otherwise defective concrete shall be repaired in accordance with AC1 30 1~ Chapter 9. Areas to be patched shall be cleaned. Minor honeycombed or otherwise defective areas shall be cut out to solid concrete to a depth of at least 1 inch. The edges of the cut shall be perpendicular to the surface of the concrete. Patches on exposed surfaces shall be finished to match the adjoining surfaces after they have set. Patches shall be cured as specified for the concrete. Finished surfaces shall be protected from stains and abrasions. Finishes shall be equal in workmanship, texture and general appearance to that of the adjacent concrete. Concrete with honeycombing which exposes the reinforcing steel or with defects which affect structural strength shall be removed and replaced. 3.09 FORMED SURFACE FINISHES A. REPAIR OF SURFACE DEFECTS Surface defects, including tie holes, minor honeycombing or otherwise defective concrete shall be repaired in accordance with AC1 301, Chapter 9. Areas to be patched shall be cleaned. 03300-7 Minor honeycombed or otherwise defective areas shall be cut out to solid concrete to a depth of at least 1 inch. The edges of the cut shall be perpendicular to the surface of the concrete. Patches on exposed surfaces shall be finished to match the adjoining surfaces afler they have set. Patches shall be cured as specified for the concrete. Finished surfaces shall be protected from stains and abrasions. Finishes shall be equal in workmanship, texture and general appearance to that of the adjacent concrete. Concrete with honeycombing which exposes the reinforcing steel or with defects which affect structural strength shall be corrected. B. FORMED SURFACE FINISHING Formed surfaces shall be finished as soon as practicable after form removal and repair of surface defects. Finishes shall be as follows. - 1. FINISH A: Finish A shall be a grout clean finish in accordance with AC1 3 0 1: Section 10.3.2. Surfaces shall be lightly sandblasted prior to sacking. For interior areas not . exposed to moisture or weather, water used in the mortar shall be mixed with a PVA bonding compound as recommended by the manufacturer. Finish A shall be provided for painted and unpainted surfaces; interior surfaces of equipment rooms, galleries; operations areas; exposed channels and tanks from 1 foot below minimum water surfaces and up; and permanently exposed - vertical and sloped surfaces, such as pipe chases. - -. 2. FINISH B: Finish B shall be the same as Finish A, except that the final burlap rubbing may be omitted, providing the steel trowel scraping removes the loose buildup from the surface. Finish B shall be provided for waterproof and moistureproof coated surfaces. 3. FINISH C: Finish C shall be referred to as a finish which has surface imperfections less than 3/8 inch in any dimension. Surface imperfections greater than 3/8 inch snail be repaired or removed and the affected areas neatly patched. Finish C or smoother shall be provided for interior surfaces of wet well, and channels from 1 foot below minimum water surfaces and down and otherwise unfinished interior surfaces. 4. FINISH D: Finish D shall be the finish for surfaces which may be left as they come from the forms, except that tie holes shall be plugged and defects greater than l/2 inch in any dimension shall be repaired. 3.10 SLAB FINISHES A. GENERAL The finishes specified herein include surface finishes, treatments and toppings for floors and slabs. Floors shall be sloped to drain uniformly. Unless otherwise specified, slope shall be minimum l/4 inch per foot towards nearest drain. Where finish is not specified, floor slabs shall receive steel troweling. Dry cement shall not be used on new concrete surfaces to absorb excess moisture. Edges shall be rounded to a radius of l/2 inch. Joints shall be grooved to a radius and depth of l/4 inch each. B. FLOAT FINISH Float finish shall conform to AC1 301, Section 11.7.2. Floating shall be performed with a hand or power-driven float. Floating of any one area shall be the minimum necessary to produce the finish specified. Floating shall compact and smooth the surface and close any cracks and checking of surfaces. Float finish shall be applied to surfaces of channel and tank bottom slabs and to footings. 03300-8 C. STEEL TROWEL FINISH Steel trowel finish shall conform to AC1 301, Section 11.7.3. Immediately after final troweling, the surface shall be cured and protected as specified. Steel trowel fimsh shall be provided on floors unless specified otherwise. Surface hardener shall be trovveled into the finished surface where specified. D. BROOMED FINISH Broomed finish shall conform to AC1 301, Section 11.7.4. Broomed finish shall be provided for walks, tops of tanks, slabs on grade exposed to atmosphere, and where otherwise indicated or specified. 3.11 RELATED SURFACES A. FINISHING OF UNFORMED SURFACES: - 1. RELATED UNFORMED SURFACES: Tops of walls or buttresses, - horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces shall be -. struck smooth after concrete is placed and shall be floated to a texture reasonably consistent with that of the adjacent formed surfaces. Final treatment of formed surfaces shall continue uniformly across the unformed surfaces. 2. PAVEMENTS AND SIDEWALKS: The surfaces of the concrete shall be screeded to grade and sloped to drain. After screeding, the surface shall receive a broomed finish as specified. Edges and expansion joints shall be rounded to a radius of l/2 inch. Joints shall be grooved to a radius and depth of l/4 inch each. 3.12 FIELD SAMPLING AND TESTS A. GENERAL: Field sampling and testing shall be performed by the independent testing laboratory specified. Samples of aggregates and concrete shall be taken at random locations and at such times to represent the quality of the materials and work throughout the project. The laboratory shall provide the necessary labor, materials and facilities for sampling the aggregate and for casting, handling and storing the concrete samples at the site of work. B. SAMPLING: Materials shall be sampled as follows and tested in accordance with the specifications. 1. AGGREGATES: a. GENERAL: Fine and coarse aggregates shall be sampled in accordance with ASTM D75. Samples shall be taken at the discharge gates of the bins feeding the weigh hopper. The Contractor shall provide safe and suitable facilities for obtaining samples. Samples shall be obtained at the concrete batch plant at the frequency specified. Sampling shall be repeated when the source of material is changed or when unacceptable deficiencies or variations from the specified requirements of materials are found in testing. Aggregate samples shall be tagged and their sources identified. b. COARSE AGGREGATE: A sample weighing between 50 and 60 pounds shall be taken after the batch plant is brought up to full operation. The samples shall be 03300-9 taken so that a uniform cross section, accurately representing the materials on the belt or in the bins, is obtained. C. FINE AGGREGATE: Samples shall be taken as specified for coarse aggregate. The samples shall be taken for sieve analysis of fine aggregate and specific gravity tests. Samples of sand shall be taken when the sand is moist. 2. CONCRETE: Samples of plastic concrete shall be obtained in accordance with ASTM C 172. Samples.for pumped concrete shall be taken at the hose discharge point. Samples for other concrete shall be taken at the hopper of concreting equipment or transit mix truck. Samples taken in accordance with this paragraph shall be tested as follows. C. TESTING - -. 1. AGGREGATE: A minimum of one test of coarse aggregate per 400 cubic yards of concrete and a minimum of one test of fine aggregate per 200 cubic yards of concrete used shall be made to confirm continuing conformance with specifications for gradation, cleanliness and sand equivalent. A maximum of one test per day of each aggregate is required. The full test - program is required before source changes will be accepted. 2. CONCRETE STRENGTH TESTS: The strengths specified for the design mix shall be verified by the tekg laboratory during placement of the concrete. Verification shall be accomplished by testing standard cylinders of concrete samples taken at the job site. Standard cylinders shall represent the concrete placed in the forms. One set of four standard cylinders shall be cast of each class of concrete for each 100 cubic yards or less or for each 4000 square feet of surface area poured per day in each separate structure of each class of concrete. A fifth cylinder shall be cast for every three sets of four cylinders. Casting, handling and curing of cylinders shall be in accordance with ASTM C3 1. Additional cylinders shall be provided when an error in batching is suspected. For the first 24 hours after casting, the cylinders shall be kept moist in a storage box constructed and located so that its interior air temperature will be between 60 and 80 degrees F. At the end of 24 hours, the cylinders shall be transported to the testing laboratory. Testing of specimens for compressive strength snail be in accordance with ASTM C39. Tests shah be made at 7 and 28 days from tune of casting. Two test cylinders from each group of four shah be tested at the end of 7 days and two shall be tested at the end of 28 days. The fifth cylinder shall be tested at the end of 90 days only. A strength test shall consist of the average strength of two cylinders cast from material taken from a single load of concrete. Each strength test result shall ‘be the average of the strengths of two test cylinders at 28 days, except that if one cylinder in a set of two shows evidence of low strength due to improper sampling, casting, handling or curing, the result of the remaining one cylinder shall be used. The average of any three consecutive 28-day strength test results of the cylinders representing each class of concrete for each structure shall be equal to or greater than the specified strength and not more than 10 percent of the strength test results shah have values less than the specified 28-day strength for the total job concrete. No individual strength test results shall be less than the specified strength by more than 500 pounds per square inch. Certified reports of the test results shall be provided directly to the Construction Manager. Test reports shall include sufficient information to identify the mix used, the stationing or location of the concrete placement, and the quantity placed. Slump, air content, temperature of concrete, and ambient temperature shall be noted. The 28day strength test results shall be evaluated in 03300-10 accordance with AC1 2 14. Quality control charts showing field test results shall be included with the test results for each class of concrete in each major structure. Charts shall be prepared in accordance with AC1 2 14. Quality control charts shall be maintained throughout the entire job and shall be available for the Construction Manager’s inspection at any time. If the 28&y test results fall below the specified compressive strength for the class of concrete required for any portion of the work adjustment in the proportions, water content, or both, shall be made as necessary at the Contractor’s expense. Changes and adjustments shall be reported in writing to the Construction Manager. If compressive test results indicate concrete in place may not meet structural requirements, tests shall be made to determine if the structure or portion thereof is structurally sound. Tests may include, but not be limited to, cores in accordance with ASTM C42 and any other analyses or load tests acceptable to the Construction Manager. Costs of such tests shall be borne by the Contractor. - -. b. TESTS FOR CONSISTENCY OF CONCRETE. The slump shall be as specified when measured in accordance with ASTM C 143. Samples for slump determination shall be taken from the concrete during placing. Tests shall be made at the beginning of concrete placement operation and at subsequent intervals to insure that the specification requirements are met. Slump tests shall also be performed whenever standard cylinders are cast. - c. TESTS FOR TEMPERATURE AND AIR CONTENT: Temperature tests shall be made at frequent intervals during hot or cold weather conditions until satisfactory temperature control is established. Whenever standard cylinders are cast, temperature tests shall be performed. Air content shall be as specified when measured in accordance with ASTM C23 1. Air content shall be measured whenever standard cylinders are cast. D. FINAL LABORATORY REPORT A final report prepared by the testing laboratory, shall be provided at the completion of all concreting. This report shall summarize the findings concerning concrete used in the project and provide totals of concrete used by class and structure. Final quality control charts for compressive strength tests for classes of concrete specified in each major structure shall be included. The report shall also include the concrete batch plant’s coefficient of variation and standard deviation results for each class of concrete as determined in accordance with AC1 2 14. 3.13 WATERTIGHTNESS, TESTING AND REPAIR Concrete tanks and channels subjected to hydrostatic pressure and which have walls or slabs that are exposed above grade or are common with areas occupied by equipment or personnel shall be tested for water-tightness. The tests shall be made prior to application of waterproofing coating. Testing shall consist of filling the tank with water to the maximum operating water surface for at least 24 hours. Leaks revealed by the test, including those caused by shrinkage of concrete or other sources shall be repaired by either or both of the following methods: A. Grouting of the joint by drilling grout holes to the center of the structural unit and forcing epoxy grout into the joint under pressure. B. Cutting of a bevel groove on the water side of the joint. The groove shall be l/2 to 314 inch in width and depth and shall be talked with epoxy joint sealer in accordance with manufacturer’s instructions. The Contractor shall retest tanks or channels which have been repaired to check the suitability of repairs. Water required for the testing and retesting shall be provided by the Contractor and disposed of so as not to create a nuisance. 03300-l 1 3.14 CLEANUP Upon completion of the work and prior to final inspection, the Contractor shall clean all concrete surfaces, except outside sidewalks or paved areas and those having curing and sealing compound. The cleaning procedures shall be as follows: After sweeping with an ordinT broom to remove the loose dirt, the finish shall be wetted with soapsuds and rubbed with a scmbbmg machine fitted with a wire brush or fine steel wool. The suds shall be mopped up, and the surface shall be flushed with clean water. Final scrubbing by hand or machine shall follow. 03300-12 SECTION 03400 PRECAST CONCRETE WETWELL PART l-GENERAL 1 .Ol DESCRIPTION This section specifies the precast concrete wetwell. The precast concrete wetwell will be placed in a vertical position as shown on the drawings. 1.02 QUALITY ASSURANCE - The precast concrete wetwell supplier shall provide a T-lock liner on the internal surface of the wetwell. Field welding of seams and the top slab shall be completed at the site. The supplier of the wetwell shall provide structural calculations showing that the wetwell can support an H20 wheel load on top of the wetwell as well as soil pressure lateral forces from the outside of the structure with no liquid inside the - structure. -. 1.03 SUBMITTALS Submittals shall be prepared and submitted along with structural calculations in accordance with Section 01300 Submittals. PART 2-PRODUCTS 2.01 PRECAST CONCRETE WETWELL The precast concrete wetwell with T-Lock liner shall be manufactured by Ameron or equal. 2.02 JOINT COMPOUND Mastic Sealant shall be installed in each joint of the precast concrete wetwell as shown on the drawings. Provide submittals for joint compound. PART 3-EXECUTION 3.01 The wetwell, liner, and joint compound shall be in accordance with the manufacturers recommendations and as shown on the drawings. **END OF SECTION” 03400-l SECTION 03600 GROUT PART I- GENERAL 1.01 DESCRIPTION This section specifies grout for uses other than masonry. Masonry grout is specified in Section 04200. 1.02 QUALITY ASSURANCE A. QUALITY CONTROL: - -. To demonstrate conformance with the specified requirements for grout, the Contractor shall provide the services of an independent testing laboratory which complies with the requirements of ASTM E329. The testing laboratory will sample and test grout materials as required in this section. Costs of testing laboratory services will be borne by the-Contractor. B. REFERENCES: This section references the latest revisions of the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference ASTM C33-85 ASTM C40-84 ASTM C88-83 ASTM C 117-84 Concrete Aggregate Organic Impurities in Sand for Concrete Soundness of Fine Aggregates by Use of Sodium Sulfate Materials Finer than No. 20 Sieve in Mineral Aggregates by Washing ASTM Cl 36-84a ASTM Cl 50-85 ASTM C494-82 ASTM E329-77 (1983) Sieve Analysis of Fine and Coarse Aggregates Portland Cement Chemical Admixtures for Concrete Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction CALTEST NO. 217-1982 Method of Test For Sand Equivalent CRD-C621-82b Corps of Engineers Specification for Nonshrink Grout 03600-l PART 2 - PRODUCTS 2.01 MATERIALS A. CEMENT: Portland cement shall be ASTM Cl50 Type II or Type V, Low Alkali, containing less than 0.60 percent alkalies. B. AGGREGATE: 1. GENERAL: Aggregate shall be non-reactive and shall be washed before use. When sources of aggregate are changed, test reports shall be provided for the new material. T tests specified shall be performed prior to commencing grout work. ‘he 2. FINE AGGREGATE: Fine aggregate shall be hard, dense, durable particles of either sand - or-crushed stone regularly graded from coarse to fine and shall conform to ASTM C33 as modified herein. When tested in accordance with ASTM C136, gradation shall 6e such that 100 percent by weight will pass a standard No. 8 mesh sleeve and no less than 45 percent by weight will pass a standard No. 40 mesh sieve. Variation from the specified gradations in individual tests will be acceptable if the average of three consecutive tests is within the specified limits and the variation is within the permissible variation listed below. U.S. standard sieve size Permissible Variation in Individual tests, percent 30 or coarser 2 50 or finer 0.5 Other tests shall be in accordance with the following specifications: j&t Organic impurities Amount of inaterial passing No. 200 Sieve Soundness Reactivity Sand Equivalent C. ADMIXTURES: Method Test ASTM C40 ASTM Cl 17 ASTM C88 ASTM C289 CALiEST 217 Requirements Color lighter than standard 3% maximum by weight 10% maximum loss with sodium sulfate Innocuous aggregate Minimum 80 1. GENERAL: Admixtures shall be compatible with the grout. Calcium chloride or admixtures containing calcium chloride are not acceptable. Admixtures shall be used in 03600-2 accordance with the manufacturers recommendations and shall be addedseparately to the grout mix. 2. WATER REDUCING RETARDER: Water reducing retarder shall conform to ASTM C494 Type D requirements and shall be Master Builders Pouolith 300-R; Sika Corporation Plastiment; or equal. 3. LUBRICANT FOR CEMENT PRESSURE GROUTING: Lubricant additive for cement pressure grouting shall be Intrusion Prepakt Intrusion Aid, Sika Corporation lntraplast N, or equal. D. WATER: - -. Water for washing aggregate, for mixing and for curing shall be free from oil and deleterious amounts of acids, alkalies, and organic materials; shall not contain more than 1000 mg/l or chlorides as Cl, nor more than 1300 mg/l of sulfates as S04; and shall not contain an amount of impurities that may cause a change of more than 25 percent in the setting time of the cement nor a reduction of more than 5 percent in the compressive strength of the grout at 14 days when compared with the result obtained with distilled water. Additionally, water used for curing shall not contain an amount of impurities sufficient to discolor the grout. 2.02 GROUT A. DRYPACK GROUT: Drypack grout shall be a mixture of approximately one part cement, l-112 to 2 parts sand, water reducing retarder, and sufficient water to make a stiff workable mix. B. CEMENT GROUT: Cement grout shall be a mixture of one part cement, two parts sand, proportioned by volume, admixtures for pressure grouting, and sufficient water to make a stiff workable mix. C. NON-SHRINK GROUT: Non-shrink grout is available with both metallic and nonmetallic aggregate. Metallic aggregate grout shall be Master Builders EMBCO 636, Sonnobom Ferrolith G Redimix or equal. Non-metallic aggregate grout shall be U.S. Group Corp. Five start grout, Master Builders Masterfiow 713 or equal. D. EPOXY GROUT: Epoxy Grout shall be Adhesive Engineering Concresive 1380 as applicable, Sika Chemical Corporation Sikastix 350 or equal. 2.03 PRESSURE GROUTING EQUIPMENT Pressure grouting equipment shall include a mixer and holdover agitator tanks and shall be designed to place grout at pressures up to 50 psi. Gages shall be provided to indicate pressure used. The mixer shall be provided with a meter capable of indicating to one-tenth of a cubic foot the volume of grout used. 03600-3 ‘! 2.04 PRODUCT DATA A. CERTIFIED TEST REPORTS: Before delivery of materials or grout, the Contractor shall submit certified reports of the tests specified herein. Certified reports on previously tested materials shall be accompanied by the manufacturers certified statement that the previously tested material is the same type, quality, manufacture, and make as that proposed for use in this project. Certified test reports are required for the following: 1. Cement 2. Aggregates 3. Retardants 4. Bonding compounds 5. Grout During the course of construction, the Contractor shall take field samples of these - materials for confirming tests. - -. PART 3 - EXECUTION 3.01 GENERAL Holes required for grouting shall be blown clean. Horizontal holes for grouting shall be drilled at a slight downward angle to facilitate holding the grout until setting is complete. Bolts or reinforcing steel installed in horizontal grout holes shall be bent slightly accordingly. 3.02 DRYPACK GROUT Drypack grout shall be used for built-up surfaces, setting miscellaneous metal items and minor repairs. Surfaces required to be built up with drypack grout shall be roughened by brushing and cleaning. The drypack grout shall be applied immediately following the application of the bonding compound in bands or strips to form a covering of the required thickness. The covering shall be smooth. Construction joints in the grout shall be sloped and shall be cleaned and wetted before application is resumed. Drypack grout shall be cured in accordance with Section 03300. Grout shall not be placed during freezing weather unless adequate protection is provided. 3.03 CEMENT GROUT Cement grout shall be used for filling nonbearing portions of equipment pads and pressure grouting. Except for the specialized equipment for pressure grouting, mixing and placing apparatus shall be similar to that normally used for cast-in-place concrete. Grout shall be mixed for a period of at least one minute. Diluted grout shall be agitated to keep ingredients mixed. 03600-4 3.04 NON-SHRINK GROUT Non-shrink non-metallic aggregate grout shall be used for the bearing surfaces of machinery and equipment bases, column base plates abd bearing plates. Non-shrink metallic aggregate grout shall be used for setting bolts and reinforcing steel holes for grouting. Grout shall meet CRD-C621-828. Grout shall be placed in accordance with manufacturer’s instructions. 3.05 EPOXY GROUT Epoxy grout shall be used for reparing cracks by pressure grouting, repairing structural concrete, and setting reinforcing dowels into holes for grouting. Concrete shall be primed in accordance with the grout manufacturers instructions. 3.06 PRESSURE GROUTING - Prior to grouting, systems and holes to be grouted shall be washed clean. Washing is not required for grouting soil voids outside pipe cylinders or casing pipes. Grouting, once commenced, shall be completed without stoppage. In case of breakdown of eqtlipment, the Contractor shall wash out the grouting system sufficiently to ensure fresh grout and adequate bond and penetration will occur upon restarting the grouting operation. Grout pressure shall be maintained until grout has set. **END OF SECTION** 03600-5 SECTION 04100 MORTAR PART I - GENERAL 1.01 DESCRIPTION This section specifies mortar for use in unit masonry structures. Grout for filling masonry cells is sp.ecified in Section 04200. 1.02 QUALITY ASSURANCE A. REFERENCES: This section references the latest revisions of the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shalt prevail. -. Reference Title ASTM C144-84 Aggregate for Masonry Mortar ASTM Cl 50-85 Portland Cement ASTM C207-79( 1984) Hydrated Lime for Masonry Purposes ASTM C270-84 Mortar for Unit Masonry ASTM E329-77 (1983) Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction B. CERTIFIED TEST REPORTS: Before delivery of materials or mortar, the Contractor shall submit certified reports of the tests specified in the references in paragraph 1.02 A. Certified test reports on previously tested materials shall be accompanied by the manufacturers certified statement that the previously tested material is the same type, quality, manufacture, and make as that proposed for use in this project. Certified test reports are required for the following: 1. Cement 2. Lime 3. Aggregate 4. Mortar 04100-l During the course of construction, the Contractor shall take field samples of these materials for confirming tests. PART 2 - PRODUCTS 2.01 MATERIALS A. CEMENT: Portland cement shall be ASTM C150, Type II, low alkali, containing less than 0.60 percent alkalies. B. LIME: Hydrated lime shall be ASTM C207, Type S. - -. C. AGGREGATE: -. Aggregate shall be ASTM Cl44 sand. D. WATER: Water for washing aggregate, for mixing and for curing shall be free from oil and deleterious amounts of acids, alkalies, and organic materials; shall not contain more than 1000 mg/l of chlorides as Cl, nor more than 1300 mg/l of sulfates as SO4 and shall not contain an amount of impurities that may cause a change of more than 25 percent in the setting time of the cement nor a reduction of more than 5 percent in the compressive strength of the mortar at 14 days when compared with the result obtained with distilled water. Additionally, water used for curing shall not contain an amount of impurities sufficient to discolor the mortar. E. WATERPROOFING COMPOUND: Mortar shall contain an admixture of Master Builders Omicron Mortarproofing, Sonnebome Hydrocide Powder, or equal. 2.02 MIX PROPORTIONING Mortar shall be ASTM C270 Type M for exterior and Type S for interior. Waterproofing compound shall be added in accordance with manufacturers recommendations. 04100-2 PART 3 - EXECUTION 3.01 MORTAR MIXING The ingredients of mortar shall be accurately measured for the batch and placed in a clean, mechanically operated mortar mixer. The mortar shall be mixed to an even consistency. Mortar shall be mixed for a minimum of 3 minutes after the ingredients are placed in the mixer drum and water has been added. **END OF SECTION** 04100-3 SECTION 04200 MASONRY PART l- GENERAL 1.01 DESCRIPTION A. SCOPE: This section specifies the materials and labor required to complete the masonry work as shown. B. TYPE: - -. Masonry work shall be constructed from modular units of concrete or clay in combination with reinforcing, mortar and grout as shown and specified. -- 1.02 QUALITY ASSURANCE Referenced standards shall be the latest edition, including addenda, supplements and revisions: Reference ASTM A82-79 ASTM C207-79 (1984) Standard Specification for Cold-Drawn Steel Wire for Concrete Reinforcement ASTM A61 5-84a Standard Specification for Deformed and Plain Billet- Steel Bars for Concrete Reinforcement ASTM C5-79 (1984) ASTM C62-84a ASTM C90-75 (1981) ASTM Cl4484 ASTM Cl 50-85 Standard Specification for Quicklime for Structural Purposes Standard Specification for Building Brick Standard Specification for Hollow Load-Bearing Concrete Masonry Units Standard Specification for Aggregate for Masonry Mortar Standard Specification for Portland Cement Standard Specification for Hydrated Lime for Masonry Purposes 04200- 1 Reference ASTM C270-84 Standard Specification for Mortar for Unit Masonry ASTM C404-85 Standard Specification for Aggregates for Masonry Grout ASTM C652-84 Standard Specification for Hollow Brick ACI 318-83 Building Code Requirements for Reinforced Concrete Uniform Building Code-1985 Uniform Building Code Standard No. 30-1, Veneer Application-l 985 - 1.03 SUBMITTALS -. Three sample specimens of the masonry units proposed for incorporation into the project shall be submitted to the Inspector. All submittals shall be made in accordance with Section 01300. PART 2 - PRODUCTS 2.01 MATERIALS A. MASONRY UNITS: 1. UNIT, GRADE AND TYPE: Masonry units shall conform to the requirements of the following table: Unit ASTM Grade IYtE Concrete blocks, c90 N 1 lightweight or medium weight 2. SIZE: The size of masonry units shall be as indicated on the drawings. Special shapes and sizes shall be provided as required. 3. on the drawings. SURFACES: Split face architectural faces shall be provided where indicated 4. COLOR: Masonry units shall be Padre Brown. 04200-2 B. CEMENT: Cement shall be portland cement conforming to ASTM C150, Type II, low alkali. C. AGGREGATE: Aggregate for mortar shall be sand conforming to ASTM C144. Aggregate for grout shall conform to ASTM C404. D. LIME: Lime shall be quicklime conforming to ASTM C5 or hydrated lime conforming to ASTM C207. Lime putty shall be made from quicklime or hydrated lime. E. WATER: - _ Water shall be clean and free from injurious amounts of oil, acid, alkali, organic matter, or other ha.rmM substances. F. ADMIXTURES: Mortar shall contain an admixture of Master Builders Omicron Mortarproofing, Sonnebom Hydrocide Powder, or equal. Grout shall contain an admixture of Suconem Grout Aid, Master Builders Pozzolith-N, or equal. Admixtures shall be used in strict accordance with the manufacturer’s specifications. G. REINFORCING STEEL: Reinforcing steel shall be as specified in Section 03300. Reinforcing steel wire shall conform to ASTM A82 and shall be supplied in prefabricated units with special units for comers and intersections. Joint reinforcing shall be Dur-0-Wal or equal. H. LIQUID WATERPROOFING: Waterproofing shall be as specified in Section 07121. 2.02 MIXES A. MORTAR: Mortar shall conform to ASTM C270 for Type S mortar using one part cement, l/2 part lime, and 4-l/2 parts aggregate. Mortar for exposed concrete masonry walls shall be colored to match the masonry units. 04200-3 B. GROUT: - 1. GENERAL: Grout shall be proportioned by volume and shall have sufficient water added to produce a consistency for pouring without segregation. 2. FINE GROUT: Fine grout shall be composed of one part cement, not more than l/10 part lime, and 2-l/4 to 3 parts fine aggregate. Fine grout shall be used in spaces smaller than those specified for coarse grout. 3. COARSE GROUT: Coarse grout shall be composed of one part cement, not more than l/IO part lime, 2 to 3 parts fine aggregate, and not more than 2 parts coarse aggregate. Coarse grout shall be used in continuous grout spaces 2 inches or more wide and in cells 4 inches by 4 inches or larger. 2.03 PRODUCT DATA The following information shall be provided in accordance with Section 01300 Submittals: -. 1. Certificates showing compliance to the specifications shall be submitted for each type of masonry unit. 2. Certificates showing compliance to the specifications shall be submitted for reinforcing steel as specified in Section 03200. 3. Manufacturer’ s literature for mortar and grout admixtures used shall be submitted along with the Contractors proposed usage details. PART 3 - EXECUTION 3.01 INSPECTION Special masonry inspection as defined by the Uniform Building Code shall be provided by the Agency where indicated on the drawings. Contractor shall notify the Inspector at least 48 hours before masonry work requiring special inspections begun. 3.02 PREPARATION Foundations for masonry work shall be straight and level. All surfaces to be bonded with masonry shall be clean and free from laitance or foreign materials. Reinforcing dowels shall be in the correct location as shown. The placement and location of anchor ties, inserts and other embedded items in concrete or other adjoining work shall be coordinated by the Contractor to suite the masonry work. 04200-4 3.03 INSTALLATION A. WORKMANSHIP: Masonry shall be constructed to meet the dimensions shown on the drawings. All courses shall be started from the comers where possible. Story pole and level lines shall be maintained at all times, and string lines shall be raised with the work. The maximum variation from vertical alignment for masonry work shall be l/l&inch per foot of height and %-inch in 10 feet and l-inch maximum for the total height. The maximum variation in horizontal alignment shall be l/16-inch per foot and l/r-inch in 10 feet and %-inch for the total length. The maximum variation in level for any course shall be l/8-inch in 10 feet and X-inch for the total length. Masonry units shall be laid in running or l/2 bond, or l/3 bond depending on the unit - size. - -. B. LOW-LIFT GROUTED CONSTRUCTION: 1. SOLID UNITS: Solid units shall be laid with full bed and full shoved head joints. One wythe may be laid up to 18 inches high, but the other wythe shall be laid up and grouted in lifts not exceeding 8 inches. All grout shall be puddled with a stick immediately after pouring. When work is stopped for more than one hour, the wythes shall be stopped at the same elevation with the grout l-inch below the top and the horizontal steel fully covered. 2. HOLLOW UNITS: Hollow units shall be laid with the bed and head joint depth from each face at least as thick as the face shells. Cells containing reinforcing shall be fully sealed with mortar around the cell to prevent grout leakage. Cleanout openings shall be provided at the bottom of each pour which exceed 4 feet in height. Overhanging mortar, mortar droppings, and debris shall be removed from inside the cells. The cleanout openings shall be sealed after inspection and before grouting. Grout shall be poured in lifts not more than 8 feet high. Grout shall be consolidated with a stick or vibrator immediately after pouring. When work is stopped for more than one hour, the grout shall be stopped %-inch below the top unit and the horizontal steel shall be fully covered. Only cells containing reinforcing bars or wires shall be grouted unless noted otherwise on the drawings. C. HIGH-LIFT GROUTED CONSTRUCTION: High-lift grouted construction shall conform to the requirements of the Uniform Building Code and special inspection shall be provided. D. REINFORCING STEEL: Reinforcing steel shall be provided as specified in Section 03200 except as specified herein. Reinforcing steel bars shall be held in position at top and bottom and at intervals not exceeding 192 bar diameters. The minimum clear distance between bars, except for lapped splices, shall be l--1/2 bar diameters at columns and 1 bar diameter elsewhere. Lap splices for reinforcing bars shall be 40 bar diameters. Reinforcing steel wire shall be lap spliced 12 inches for smooth wire and 6 inches for deformed wire. The minimum masonry cover shall be 2 04200-5 ; - inches for reinforcing bars and 5/8-inch for reinforcing wire. Vertical bars shall be on the wall centerline for single curtain reinforcing unless shown otherwise. 3.04 CLEANING AND PROTECTION Exposed faces of all masonry shall be kept clean as the work progresses. Mortar and grout stains shall not be allowed to dry on the faces. Clean water and fiber brushes only shall be used for cleaning. Muriatic acid shall not be used. Holes or defects in mortar joints shall be filled and pointed up when necessary. All masonry work shall be protected from damage or staining until acceptance of the work, and all damaged units shall be replaced. 3.05 COLD WEATHER CONDITIONS Masonry shall ‘not be laid when the ambient temperature is below 40 degrees F. All masonry work shall be protected against freezing for a period of 48 hours after being laid. “END OF SECTION’* - -- 04200-6 SECTION 05500 ANCHOR BOLTS PART 1 -GENERAL 1 .Ol DESCRIPTION This section specifies anchor bolts complete with washers and nuts. Unless otherwise specified, anchor bolts shall be type 316 stainless steel. 1.02 REFERENCES This section references the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. -~ Reference - ASTM A36-84a Structural Steel ASTM A307-84 Carbon Steel Externally Threaded Standard Fas teners ASTM A320-84a Alloy-Steel Bolting Materials for Low Temperature Service ’ PART 2 - PRODUCTS 2.01 GENERAL Anchor bolt holes in equipment support frames shall not exceed the bolt diameters by more than 25 percent, up to a limiting maximum oversizing of M-inch. Minimum anchor bolt diameter shall be 3/8-inch. Anchor bolts shall be furnished with leveling nuts, the faces of which shall be tightened against flat surfaces as shown to not less than 10 percent of the bolt’s safe tensile stress. Tapered washers shall be provided where mating surface is not square with the nut. Expansion shields set in holes drilled in the concrete after the concrete is placed will not be permitted in substitution for anchor bolts except where otherwise specified. Upset threads shall not be acceptable. 05500-l 2.02 MATERIALS Anchor bolt materials shall be as specified: Steel Bolts ASTM A307, Grade A Fabricated steel bolts Stainless steel bolts, nuts, washers Expansion anchors Wedge anchors Material Specification ASTM A36 ASTM A320, type 316 HILTI-BOLT, McCulloch Industries, or equal ITT, Phillips Drill Co., or equal -- - PART 3 - EXECUTION Fieldwork, including cutting and threading, shall not be permitted on galvanized items. Dissimilar metals shall be protected from galvanic corrosion by means of pressure tapes, coatings or isolators. Anchor bolts to be embedded in concrete shall be placed accurately and held in correct position while the concrete is placed or, if specified, recesses or block-outs shall be formed in the concrete and the metalwork shall be grouted in place in accordance with Section 03300. The surfaces of metalwork in contact with concrete shall be thoroughly cleaned. After anchor bolts have been embedded, their threads shall be protected by grease and the nuts run on. **END OF SECTION** 05500-2 -. SECTION 05541 ACCESSHOLES, FRAMES AND COVERS PART l-GENERAL 1 .Ol DESCRIPTION This section specifies manholes, frames and covers. 1.02 REFERENCES This section references the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. _. - Reference pt& ASTM A48 76 Gray-Iron Castings PART 2-PRODUCTS 2.01 MATERIALS The materials for manhole frames and covers shall be cast iron in accordance with ASTM A48, Class 30. Concrete accessholes shall be per Carlsbad Standard Sewer System Design Criteria and Standard Drawings and Specifications. 2.02 FABRICATION Manholes, frames and covers shall be per Carisbad Standard Sewer System Design Criteria and Standard Drawings and Specifications. Covers shall be marked with “City of Carlsbad Sewer” stamped on the cover. The use of salvaged or scrap materials will not be permitted. PART 3-EXECUTION Manhole frames and covers shall be set flush with the surrounding surfaces unless otherwise specified. **END OF SECTION** 05541-l SECTION 05550 ALUMINUM HATCHES Part l-General 1.0 1 Description This section specifies the wetwell top slab hatch and the valve and meter vault hatch. 1.02 Reference Standards Reference ASTM Al 67 - _ ASTM A525 -. ASTM A526 ASTM B209 UL 1.03 Submittals Specification for Stainless and Heat-Resistant Chromium-Nickel Steel Plate, Sheet and Strip Specification for General Requirements for Steel Sheet, Zinc- Coated (Galvanized) by the Hot-Dip Process Specification for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Commercial Quality Specification for Ahuninum and Altium-Alloy Sheet and Plate Building Material Directory The Contractor shall prepare submittals in accordance with Section 01300 Submittals. Provide information for the installation of the hatches, jointing, anchorage, and accessory items Submit manufacturer’s or fabricator’s standard drawings and installation instructions for each hatch required, including product data to indicate compliance with the Contract Documents. Part 2-Products 2.01 Design Requirements A. Provide standard manufactured products for the hatches indicated, modified where necessary to meet requirements. B. Custom fabricate units which are not available as standard manufactured products. C. Fabricate each item in the shop as a complete unit for coordination with adjoining work. Provide mounting, anchorage, hardware and noncorrosive materials for operating parts, and gaskets and sealant recesses as required to make the installation weathertight. 05550-l 2.02 Hatches A. General The aluminum hatches shall be of the size and type indicated on the drawings and shall be manufactured by the Bilco Company, New Haven, CT or approved equal. The manufacturer shall guarantee the floor hatches against defects in material and workmanship for a period of 5 years. B. Equipment Description 1. A Bilco Type J hatch shall be supplied for the wetwell top slab hatch. A Bilco Type JD hatch shall be supplied for the valve and meter vault hatch. 2. The altim hatches shall be reinforced to withstand a live load of 300 pounds per square foot loading with a maximum deflection of l/240 of the span. 3. The hatches shall be single or double leaf construction as shown on the drawing. The leafs shall be ahuninum 11 gauge minimum plate (alloy 606 1 -T6) reinforced to withstand a live load described in section 2.02B2 and with a 3-inch beaded flange, neatly welded. 4. The hatches shall be equipped with 3 16 stainless steel hinges with 3 16 stainless steel pins. Hinges shall be through bolted to the cover with tamper proof 3 16 stainless steel lock bolts and shall be through bolted to the frame with 3 16 stainless steel bolts and lock nuts. The floor hatches shall be equipped with 3 16 stainless steel compression springs enclosed in stainless steel telescoping tubes. The upper tube shall be the outer tube to prevent accumulation of moisture, dirt, and debris inside the tube assembly. Lower tube shah interlock with a flanged support shoe fastened to a formed I/q” gusset support plate. 5. The valve and meter vault shall be fitted with the required number and size of compression spring operators to afford ease of operation through the entire arc of opening ant to act as a check in retarding downward motion when being closed. Both hatches shall be equipped with a hold-open arm which automatically locks the cover in the open position. A conveniently located handle shall release the scuttle for closing. 6. Each hatch shall have 3 16 stainless steel inside and outside handles with a stainless steel recessed padlock hasp mounted on the outside of the hatch leaf with a matching hasp so that the hatches can be secured from the outside. The lifting handle and the slamlock shall be located within 18 inches of the west edge of the valve and meter vault for ease of opening. 7. All hardware including spring tubes, spring lifting mechanisms, supports, tube caps, support shoes, hold-open arms, hold-open arm guides, hinges, hinge pins, and safety chains shall be Type 3 16 stainless steel. 05550-2 Part 3-Execution 3 .O 1 Installation A. Install hatches in accordance with the manufacturer’s installation instructions. Install each hatch plumb and level, true to line, and coordinated with adjacent related work. Anchor the hatches securely to the concrete slabs per the manufacturer’s recommendations. B. Installation shall be coordinated and integrated with concrete work, and shall be water tight upon completion. *END OF SECTION* 05550-3 SECTION 07100 INTERIOR LININGS, MOISTUREPROOFING AND COATINGS - PART I-GENERAL This section specifies interior linings and moistureproofing of exterior concrete surfaces, anti-graffiti coating for the cement masonary unit retaining wall, coating for the exterior surfaces of ductile iron’pipe, valves, and pumps, and paint for the wrought iron gates. PART 2-PRODUCTS 2.01 MATERIALS - -- A. INTERIOR LINING: Interior lining of wetwell shall be 65 mils Ameron T-Lock Lining or equal. Color shall be white. B. MOISTUREPROOFING COATING: Moistureproofing coating shall be coal tar solution. Acceptable products are Koppers Bitumastic Super Service Black, Porter 7100 Tarmastic 100, or equal. Volclay Panels or Bentonize bentonite system are acceptable alternates except where membrane is required between concrete slabs or where there is concrete over waterproofing membrane. 2. PROTECTIVE BOARD: Protective board shall be %-inch asphalt impregnated celotex insulation board. C. MOISTUREPROOFING UNDERLAY: 1. PLASTIC MEMBRANE: Plastic membrane for moistureproofing underlay shall be polyethylene film with a thickness of 6 mils. 2. PRESSURE SENSITIVE TAPE: Pressure sensitive tape shall be 2-inch wide polyethylene tape. D. GRAFFITI RESISTANT COATING 1. All exposed exterior surfaces of the retaining wall and all interior surfaces of the retaining wall shall be coated with this system. Coating shall be Permashield by Monochem or equal. 07100-1 2. Surfaces shall be fully cured, dry, and free of dust, dirt, oil grease and loose material. 3. The coating system shall consist of a base barrier sealer “tie-down” coat and two coats of two-component, solvent, aliphatic urethane. All coating shall be colorless, transparent, non-yellowing, low sheen, and permanent. 4. Base Coat: Minimum 27% solids, 24% by volume, and Kreps viscosity of 51 at 77 degrees F. Coverage: 100-I 50 square feet per gallon Cure time: 24-hour minimum 5. Finish Coats: Minimum 490% solids, 35% solids by volume, and Kreps viscosity of 50 at 77 degrees F. Coverage 200-300 square feet per gallon on substrate and in accordance with manufacturer’s printed instructions. Allow minimum one hour, maximum four hour drying time between coats or as recommended by manufacturer. Apply both finish coats as a uniform pinhole-free film. Provide a finish free of laps,. cloudiness, runs, brushmarks, orange peel, or other surface imperfections. E. DUCTILE IRON PIPING, VALVES, AND PUMPS (WETWELL AND VALVE AND METER VAULT) - 1. All ductile iron piping, valves, and pumps shall be supplied with a factory applied red-zinc oxide primer of 3-5 mils dry film thickness. 2. Field coating shall consist of two finish coats. The first finish coats (15 mils total dry film thickness) shall be compatible with the manufacturers prime coats. The first finish coat shall be white and the second finish coat shall be dove grey by Ameritone #298D or equal. F. WROUGHT IRON GATES 1. Factory coating shall be applied for the base coat and finish epoxy coats. The base coat shall be a 3-5 mil primer. The finish epoxy coats (12 mils total dry film thickness) shall be factory applied. The first finish coat shall be tan. The final finish coat shall be colored buffalo. PART 3-EXECUTION 3.01 CONSTRUCTION A. INTERIOR LINING OF WETWELL 1. The interior of the wetwell including the underside of the top slab shall be T- locked lined down to the fillet at the bottom of the wetwell to a minimum thickness of 65 mils. All seams shall be welded to make a completely watertight seal. A spark test shall be conducted by the Contractor in the presence of the Inspector to verify that the lining system is waterproof. A report of the test shall be submitted to the Engineer for approval. B. MOISTUREPROOFING COATING: 1. LOCATION: Moistureproofing coating shall be applied to earth side of outside concrete walls which are below grade and are common with rooms, tunnels or galleries to be occupied by equipment, piping or personnel. Moistureproofing coating is not required for walls to be provided with waterproofing membrane or for walls that are poured directly against an ,excavated surface. 07 100-2 k - 2. SURFACE PREPARATION: New concrete to be moisture-proofed shall have aged at least 28 days and allowed to dry to a moisture content recommended by the coating manufacturer. Loose concrete and laitance shall .be removed from new concrete surfaces by sandblasting. Voids and cracks shall be repaired as specified in Section 03300. 3. APPLICATION: Each prime and finish coat shall be applied at the rate of 70 square feet per gallon. The number of finish coats shall be sufficient to produce a dry film thickness of at least 13 mils. ‘Drying time between coats shall be as recommended by the coating manufacturer. C. MOISTUREPROOFING UNDERLAY: 1. LOCATION: Unless otherwise specified, moistureproofing underlay shall be provided under concrete floors or floating slabs-on-grade including those deposited on drain rock. 2. SURFACE PREPARATION: Backfilled surfaces to receive moistureproofing underlay shall be leveled off and smoothed over to minimize contact -. with sharp edges. - 3. APPLICATION: At joints, moistureproofing membrane shall be lapped 6 inches and sealed with pressure sensitive tape. Where pipes and conduits pass through the membrane, they shall be wrapped tightly with separate sheets of membrane, which shall then be sealed with tape to the main membrane. Reinforcing steel or wire mesh shall be supported by chairs with flat bases to protect the membrane. D. GRAFFITI RESISTANT COATING 1. Equipment: Spray application with commercial grade spray equipment with tip size between 0.017 and 0.023. 2. Roll application: Use medium nap or’ heavier roller, depending on surface porosity for base sealer. Use short nap roller for finish coats. E. DUCTILE IRON PIPING, VALVES, AND PUMPS (WETWELL AND VALVE AND METER VAULT) 1. Shop primed surfaces shall be cleaned in accordance with SSPC-2 Hand Tool Cleaning. Damaged shop primed coatings shall be cleaned in accordance with SSPC-3 Power Tool Cleaning and recoated with the same primer used by the manufacturer(s). The total dry film thickness for the two finish epoxy coat system shall be 15 mils. F. WROUGHT IRON GATES 1. Surface preparation for the gates shall be in accordance with SSPC-10 Near White Blasting. Curing time shall be in accordance with the manufacturer’s recommendations. **END OF SECTION** 07 100-3 SECTION 07900 SEALANTS PART l-GENERAL 1.01 SCOPE This section specifies sealants. 1.02 REFERENCES This section references the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and the listed documents, the requirements of this section shall prevail. Reference - -. FEDSPEC TT-S-023OC1970 FEDPSEC TT-S-0227E-1969 Sealing Compound: Elastomeric Type, Single Component Sealing Compound: Elastomeric Type, Multi- Component PART 2-PRODUCTS 2.01 POLYURETHANE SEALANT A. ACCEPTABLE PRODUCTS: Acceptable products shall be Sikaflex by Sika Chemical Corporation, Vulkem by Mameco International, or Rubber Calk by Products Research and Chemical Corporation. B. GENERAL: Polyurethane sealants shall conform to FEDSPEC TT-S-023OC for one-component systems and FEDSPEC TT-S00227E for two-component systems. Polyurethane sealant shall be one of the following two types. 1. SELF-LEVELING. Self-leveling polyurethane sealant shall be Type I, Class A as specified by the FEDSPECs referenced above. 2. NONSAG. Nonsag polyurethane sealant shall be Type II, Class A as specified by the FEDSPECs referenced above. . 07900-I C. PRIMER: Primer shall be as recommended by the sealant manufacturer. 2.02 MASTIC SEALANT A. GENERAL: Mastic joint sealant shall consist of a blend of refined asphalts, resins and plasticizing compounds, reinforced with fiber. Sealant shall be compatible with joint fillers and shall be pressure grade. Mastic sealant shall be IGAS by Sika Chemical Corporation, or equal. B. PRIMER: Primer shall be as recommended by the mastic sealant manufacturer. 2.03 PRODUCT DATA - -. -~ The following information shall be provided in accordance with Section 07300 Submittals: 1. Manufacturer’s product data showing conformance to the specified products. 2. Manufacturers recommendations for storage, handling and application of sealants and primers. PART 3-EXECUTION 3.01 GENERAL Sealants and primers shall be applied according to the sealant manufacturers recommendations. Polyurethane sealants shall be used on all expansion joints and specified construction joints. Joints and spaces to be sealed shall be clean, dry and free of dust, loose mortar, concrete and plaster. Additional preparation of joints and spaces shall be provided in accordance with manufacturer’s recommendations. Primer shall be applied only to the surfaces that will be covered by the sealant. 3.02 POLYURETHANE SEALANTS A. GENERAL: Nonsag polyurethane sealants shall be used on vertical joints. Self-leveling polyurethane sealants shall be used on horizontal joints. B. JOINT DIMENSIONS: Unless otherwise specified, joints and spaces to be filled shall be constructed to the following criteria. Joints and spaces shall have a minimum width of l/4 inch and a maximum width of 1 inch. The depth of the sealant shall be one-half the width of the joint, but in no case 07900-2 , : less than l/4 inch deep. Sealant depth shall be measured at the point of smallest cross section. When joints exceed the depth requirements, backing rod shall be inserted to provide the joint depth specified. If the joint sealant depth is within the specified tolerances, backer tape shall be placed in the bottom of the joint. 3.03 MASTIC SEALANT A. JOINT DIMENSIONS: Joints to be sealed shall be 2 inches deep, 1 inch wide at the top, and 3/4 inch wide at the base. **END OF SECTION* * 07900-3 SECTION 07905 PREFORMED JOINT FILLERS PART l-GENERAL 1.01 DESCRIPTION This section specifies preformed joint fillers 1.02 REFERENCES This section contains references to the following documents. They are a part of this. section as specified and modified. In case of a conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. - Reference a -~ - ASTM D994-71 (82) ASTM Preformed Expansion Joint Filler for Concrete (Bituminous Type D) D1752-67 (84) Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction PART 2-PRODUCTS 2.01 PREFORMED ASPHALT FIBERBOARD Preformed asphalt fiberboard joint filler shall be in accordance with ASTM D994 and shall be l/2 inch thick unless otherwise specified. 2.02 PREFORMED RESIN-BONDED CORK Preformed resin-bonded cork joint filler shall be in accordance with ASTM D1752, Type II. Cork joint filler thickness shall match the specified joint width. 2.03 PRODUCT DATA The following information shall he provided in accordance with Section 01300 Submittals: 1. Manufacturer’s recommendations for handling and installation of the material. 07905- 1 PART 3-EXECUTION 3.01 GENERAL Preformed joint fillers shall be placed into position before the concrete is poured. Where it is necessary for the filler to be fixed to existing concrete or other building materials, a suitable adhesive recommended by the filler manufacturer shall be used. Filler surfaces shall be clean and dry prior to the placement of the concrete. 3.02 PREFORMED ASPHALT FIBERBOARD Preformed asphalt fiberboard joint fillers shall be used for expansion joints in concrete sidewalks, curbs, and driveways. 3.03 PREFORMED RESIN-BONDED CORK -. Preformed resin-bonded cork joint filler shall be used for expansion joints in concrete structures. The expansion joint shall be sealed with backer rod and sealant as specified in Section 07900. **END OF SECTION** 07905-2 SECTION 11000 GENERAL REQUIREMENTS FOR EQUIPMENT PART l-GENERAL 1.01 DESCRIPTION A. SCOPE: Equipment under this division includes providing and testing the equipment described in the sections listed on the Division 11. In addition, the equipment specified under the following sections but not found in this division are subject to the general requirements of this division: - Section m *~ - 15095 Piping Appurtenances B. EQUIPMENT LISTS: Equipment lists, presented in these specifications and shown on the drawings, are included for the convenience of the Inspector and Contractor and are not intended to represent a rigorous and precise listing of all equipment, devices and material to be provided under this contract. The Contractor agrees to rely upon his own material and equipment takeoff lists for this purpose. 1.02 QUALITY ASSURANCE A. ARRANGEMENT: The arrangement of equipment shown on the drawings is based upon information available to the Owner at the time of design and is not intended to show exact dimensions peculiar to a specific manufacturer. The drawings are, in part, diagrammatic, and some features of the illustrated equipment installation may require revision to meet actual equipment installation requirements. Structural supports, foundations, connected piping and valves shown may have to be altered to accommodate the equipment provided. No additional payment will be made for such revisions and alterations. Substantiating calculations and drawings shah be submitted prior to beginning the work. B. MOTORS AND CONTROL DEVICES: 1. MOTORS: Motors and motor modifications shall be as specified in Section 11060 and the particular equipment section. 2. CONTROL DEVICES: Control devices, wiring, starters, and other electrical items provided with mechanical equipment shall be as specified in Section 17000 and the particular equipment section. C. UNIT RESPONSIBILITY: 11000-1 The Contractor and the Agency agree that components of systems specified in the following sections shall be supplied as a unit by the designated responsible manufacturer to enhance compatibility, ease of construction and efficient maintenance. Contractor agrees to be responsible to the Owner for performance of such systems. Section Responsible manufacturer 11080 Emergency generator equipment 11341 Submersible sump pumps 11435 Air cooled compressors D. REFERENCES: This section references the following documents. They are a part of this section as . specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. - _ Reference -. AEBMA Std 9-78 Load Ratings and Fatigue Life for Ball Bearings AFBMA Std 11-78 Load and Fatigue Life for Roller Bearings ANSI BI.l-82 Unified Screw Threads ANSI B2.l-68 Pipe Threads (Except Dupeal) ANSI B16.1-75 Cast Iron Pipe Flanges and Flanged Fittings, Class 125 ANSI 818.2.1-81 Square and Hex Bolts and Screws, Including Askew Head Bolts, Hex Cap Screws, and Log Screws ANSI B18.2.2-72 Square and Hex Nuts 1.03 SUBMITTALS Submittals shall be made as specified for each equipment item or group of related equipment items. Submittals shall be in accordance with Section 01300 and shall identify the equipment by the number listed in the specification section, manufacturer and type designation. 1.04 PROTECTION DURING SHIPMENT A. SHIPPING: Equipment shall be shipped in sealed, weather-tight, enclosed conveyances and protected against damaging stresses during transport. 11000-2 -! ‘. Bearing housings shall be wrapped or otherwise sealed to prevent contamination by grit and dirt, and ventilation and other types of openings shall be taped closed. Damage shall be corrected to conform to the requirements of the contract before the assembly is incorporated into the work. The Contractor shall bear the costs arising out of dismantling, inspection, repair and reassembly. B. FACTORY APPLIED COATINGS: Each item of equipment shall be shipped to the site of the work with the manufacturers shop applied prime. The prime coating shall be applied over clean dry surfaces in accordance with the paint manufacturers recommendations. The prime coating will serve as a base for field-applied finish coats. PART 2-PRODUCTS - 2.01 FLANGES AND PIPE THREADS -. -. Flanges on equipment and appurtenances provided under this section shall conform in dimensions and drilling to ANSI 816.1, Class 125. Pipe threads shall conform in dimension and limits of size to ANSI Bl .l , coarse thread series, Class 2 fit. Threaded flanges shall have a standard taper pipe thread conforming to ANSI B2.1. Unless otherwise specified, flanges shall be flat faced. Flange assembly bolts shall be heavy pattern, hexagonal head, carbon steel machine bolts with heavy pattern, hot pressed, hexagonal nuts conforming to ANSI B18.2.1 and B18.2.2. Threads shall be Unified Screw Threads, Standard Coarse Thread Series, Class 2A and 2B, ANSI Bl.l. 2.02 BEARINGS Unless otherwise specified, equipment bearings shall be oil or grease lubricated, ball or roller type, designed to withstand the stresses of the service specified. Each bearing shall be rated in accordance with the latest revisions of ABFMA Methods of Evaluating Load Ratings of Ball and Roller Bearings. Unless otherwise specified, equipment bearings shall have a minimum L-IO rating life of 50,000 hours. The rating life shall be determined using the maximum equipment operating speed. Grease lubricated bearings, except those specified to be factory sealed and lubricated, shall be fitted with easily accessible grease supply, flush, drain and relief fittings. Extension tubes shall be used when necessary. Grease supply fittings shall be standard hydraulic alemite type. Oil lubricated bearings shall be equipped with either a pressure lubricating system or a separate oil reservoir type system. Each oil lubrication system shall be of sufficient size to safely absorb the heat energy normally generated in the bearing under a maximum ambient temperature of 60 degrees C and shall be equipped with a filler pipe and an external level indicator gage. 11000-3 2.04 SEALS A. MECHANICAL: Unless otherwise specified, rotating shafts shall be provided with mechanical seals and stuffing boxes tapped for flushing seal faces. Seals shall be factory installed. Seals shall be internal, single or double as specified and unbalanced except balanced seals shall be provided when shaft speed is greater than 3600 rpm or when pressures are greater than shown in the following: Seal inside diameter, inches Limits for Unbalanced Seals Shaft speed, rpm Sealing pressure. psig 112to2 Up to 1800 100 1801 to 3600 50 - Over 2 to 4 Up to 1800 50 1801 to 3600 25 Single unbalanced seals shall be AES or equal. Double seals shall be AES or equal. To maintain the necessary minimum or maximum pressure across the seal faces, spring pressure shall be uniformly distributed to the sealing faces by a coil spring or multiple springs. The rotating seal element shall be clamped to the shaft and provided with an O-ring seal. The stationary seal element shall be sealed with O-ring or gasket material. Seal faces shall be tungsten carbide, carbon, silicon carbide or ceramic. Elastomeric materials shall be Viton. Metal parts shall be type 316 stainless steel. B. SHAFT PACKING: Where shaft packing is specified, stuffing boxes shall be tapped to permit introduction of seal liquid and shall hold a minimum of five rows of packing and a bronze lantern ring. Packing shall be die-molded packing rings of material suitable for the intended service and as recommended by the manufacturer. Lantern rings shall be of two-piece construction and shall be provided with tapped holes to facilitate removal. 2.05 COUPLINGS Unless otherwise specified in the particular equipment sections, equipment with a driver greater than l/2 HP, and where the input shaft of a driven unit is directly connected to the output shaft of the driver, shall have its two shafts connected by a flexible coupling which can accommodate angular misalignment, parallel misalignment and end float, and which cushions shock loads and dampens torsional vibrations. The flexible member shall consist of a tire with synthetic tension members bonded together in rubber. The flexible member shall be attached to flanges by means of clamping rings and cap screws, and the flanges shall be attached to the stub shaft by means of taperlock bushings which shall give the equivalent of a shrunk-on 11000-4 fit. There shall be no metal-to-metal contact between the driver and the driven unit. Each coupling shall be sized and provided as recommended by the coupling manufacturer for the specific application, considering horsepower, speed of rotation, and type of service. Where torque or horsepower capacities of couplings of the foregoing type is exceeded, Thomas-Rex, Falk Steel Flex, or equal, couplings will-be acceptable provided they are sized in accordance with the equipment manufacturer’s recommendations and sizing data are submitted. They shall be installed in conformance to the coupling manufacturers instructions. 2.06 GUARDS Exposed moving parts shall be provided with guards which meet the requirements of OSHA. Guards shall be fabricated of 14-gage steel, %” expanded metal screen to provide visual inspection of moving parts without removal of the guard. Guards shall be galvanized after fabrication and shall be designed to be readily removable to facilitate maintenance of moving parts. Reinforced holes shall be provided. Provisions shall be made to extend lube fittings through guards. 2.07 CAUTION SIGNS - -. -. Equipment with guarded moving parts which operates automatically or by remote control shall be identified by signs reading “CAUTION - AUTOMATIC EQUJPMENT MAY START AT ANY TIME”. Signs shall be constructed of corrosionproof material with a heavy-duty porcelain enamel finish. Letters shall be white on a red background. The sign size and pattern shall be as shown on the drawings. Signs shall be installed near guarded moving parts. Signs shall be installed at the locations indicated by the inspector. 2.08 PRESSURE TAPS, TEST PLUGS AND GAGES Pressure taps shall be provided on the suction and discharge sides of pumps, blowers and compressors. Pressure and vacuum test plugs and gages shall be provided where specified. Test plugs and gages shall be as specified in Division 15. 2.09 NAMEPLATES Nameplates shall be provided on each item of equipment specified in this section and shall contain the specified equipment name or abbreviation and equipment number. Each pump shall have an engraved or machine-stamped, noncorrosive metal nameplate fastened to the pump with screws or drive pins of the same material. Nameplate material shall not corrode or discolor in a sewage hydrogen sulfide or salt water spray atmosphere. Nameplates shall indicate clearly the following information: 1. Manufacturer 2. Date of manufacturer 3. Model and size 4. Serial number 5. Rating in gpm and feet of head 6. Speed at rated capacity and head 7. Impeller diameter 11000-5 . 2.10 LUBRICANTS The Contractor shall provide for each item of mechanical equipment a supply of the lubricant required for the commissioning period. Lubricants shall be of the type recommended by the equipment manufacturer and shall be products of the Owner’s current lubricant supplier. The Contractor shall limit the various types of lubricants by consolidating them, with the equipment manufacturers approval, into the least number of different types. Not less than 90 days before the date shown in his construction schedule for starting, testing and adjusting equipment, the Contractor shall provide the Engineer with three copies of a list showing the required lubricants, after consolidation, for each item of mechanical equipment. The list shall show estimated quantity of lubricant needed for a full years operation, assuming the equipment will be operating continuously. 2.11 PRODUCT DATA In accordance with Section 01300, information shall be provided for each item of equipment as specified under individual specification sections. This information shall be identified by the equipment number listed in the specifications and drawings. - PART 3-EXECUTION 3.01 GENERAL Equipment shall be provided and tested within the tolerances recommended by the equipment manufacturer. In addition, equipment provided under the specification sections listed below shall be installed and tested under the direction of installers who have been trained by the equipment manufacturer. This requirement, however, shall not be construed as relieving the Contractor of his overall responsibility for this portion of the work. Forms specified in Section 01300 shall be completed and provided to the Engineer. 11080 Emergency generator equipment 11341 Submersible sump pumps 11435 Air cooled compressors **END OF SECTION*’ 11000-6 SECTION 11080 EMERGENCY GENERATOR EQUIPMENT PART I- GENERAL 1.01 DESCRIPTION A. SCOPE: This section specifies engine-driven generation unit, complete with engine starting, operating and safety shutdown controls, generation control equipment, cooling system equipment, silencing equipment, battery charger, block heater and appurtenances. - -. B. TYPE: The generation unit shall be heavy-duty, industrial type, driven by a diesel engine, suitable for continuous (standby basis) operation under the conditions specified. The engine shall be the naturally aspirated or turbocharged, multicylinder, 4 stroke cycle, heavy-duty, industrial, electric motor started, radiator cooled type. The generator shall be a_4-pole, revolving field, brushless, synchronous type. 1.02 QUALITY ASSURANCE A. PERFORMANCE AND DESIGN REQUIREMENTS: 1. GENERAL: The emergency generator set furnished under this section shall be rated for a continuous (standby basis) output of not less than 20 kW. In addition, the unit shall be capable of starting one 10 HP, NEMA Starting Code Letter E motor across the line with a 95 amp starting current using a 230 volt-3 phase power source, without incurring a voltage reduction greater than 20 percent. The emergency generator shall be capable of being operated either manually or automatically. Under the automatic mode, the unit shall start in response to a signal from the main switchgear during failure of commercial power supply to the lift station. A seal-in circuit shall be provided to complete the starting sequence once the starting relay has been energized. Circuitry shall be provided for three successive starting attempts. If, at the end of the third attempt, the engine does not start successfully, the circuit shall lock out. Once the engine has been in operation for sufficient time to reach proper operating temperatures, a contact closure shall permit application of the generator to the emergency generator switchgear bus. The unit shall run a minimum of 10 minutes before shutting down even if commercial power has restored. Additional features shall be provided to allow the unit to start up and shut down manually. 2. GENERATOR: The generator shall have a continuous rating of not less than 20 kW, at 0.84 power factor lagging, 230 volts, 3 phase, 60 Hz. The generator shall have 10 percent overload capacity for 2 hours without exceeding rated temperature rise. The generator-exciter-regulator system shall be designed to meet the specific loading conditions set forth in paragraph 1.02.A.I. 11080-‘I 3. ENGINE: RATING: The engine shall develop sufficient net brake horsepower to drive fs generator, radiator fan, cooling water circulating pump, and all other specified or necessary power absorbing accessories under the conditions set forth in paragraph 1.02.A. 1 while operating under the criteria: 1) 1950 fpm piston speed 2) 190 psi bmep 3) 1800 rpm b. FUEL SUPPLY: The engine shall be suitable for continuous operation under the conditions specified when being supplied with No. 2 diesel fuel oil conforming to ASTM D396. C. ENGINE COOLING: The engine shall be designed for continuous operation under the conditions specified using a unit-mounted radiator type cooling system. d. ENGINE EXHAUST SILENCING: The engine exhaust shall be muffled to the sound pressure level, which is acceptable, for hospital areas without exceeding the manufacturer’s back pressure limitations e. ENGINE STARTING SYSTEM: The engine starting system shall be capable of at least three 15second starting attempts in a 40 degrees F ambient temperature without being recharged. Dry contacts shall be provided so whenever an engine start is attempted, a signal shall be generated and sent to the CMWD Office via telemetry. B. FACTORY TESTING: 1. GENERAL: Each engine generator set shall be subject to both static and operating testing as described below. 2. STATIC TESTING: The entire unit, including control panels and accessories, shall be set up and tested, using static methods to insure that all safety devices and control circuits are properly installed, aligned and connected. All trim piping shall be pressure tested, and all regulators, solenoid valves, etc., shall be tested for proper function. 3. OPERATING TESTS: The complete unit shall be set up in a test cell and operated to determine its characteristics under various loads. The tests shall be conducted in accordance with applicable portions of the testing procedure in the latest edition of NEMA Standard Practices. The generator test shall include full load and overload and both steady state and transient response testing. The complete unit shall be subjected to a continuous operating test of at least 8 hours with not less than 3 hours at full load, followed by 2 hours at overload and 2 hours at full load. 11080-2 Records in addition to the information required by NEMA Standard Practices shall be as follows: Voltage and frequency transients upon application and removal of rated load and block load as specified in paragraph 1.02.A.I. Values shall be recorded on high speed charts to provide accurate definition of response. The results of the factory tests shall be certified by an officer of the manufacturers corporation under penalty of perjury and four copies submitted to the Engineer for review. 1.03 ENVIRONMENTAL CONDITIONS - -. The equipment to be furnished under this section will be operated outdoors in an area at approximately sea level. The weather condition and air qualities are subject to the influence of the nearby ocean. Ambient temperature is expected to vary between 40 degrees F and 100 degrees F and relative humidity is expected to vary between 40 and 95 percent. - -. 1.04 SUBMITTALS The following information shall be submitted in accordance with Section 01300: 1. Torque, brake horsepower, and fuel consumption curves for the specified conditions. 1.05 STANDBY COMPONENTS The following standby components shall be provided: 1 -complete set, special maintenance tools PART 2 - PRODUCTS 2.01 GENERATION EQUIPMENT A. GENERAL: Each engine driven generator set shall consist of an enclosed system with engine, transfer switch, engine-mounted accessories and direct-connected generator, mounted on a common subbase. Catepillar Model D25Pl or equal. B. SUBBASE AND VIBRATION ISOLATION: The complete engine generator unit and the associated accessories shall be mounted on a vibration isolation system consisting of a Type I base and Type C mount with seismic restraint. 11080-3 C. ENGINE: 1. ENGINE BASE AND FRAME: Each engine base shall be of rigid construction with heavy transverse girders formed to support the crankshaft main bearings. The engine frame shall be a suitable box shape to provide the utmost longitudinal and transverse rigidity. The design shall be of a totally enclosed, dustproof, oiltight type with large oiltight doors fitted on all sides of the frame or a removable automotive type pan to provide complete access to the bearings and running gear. 2. CRANKSHAFT: The crankshaft shall be made from a single heat treated forged steel billet and shall be sized to provide a liberal margin of safety against abnormal strains. Journals shall be hardened and micropolished. The shaft shall be statically and dynamically balanced after fabrication. One piece shaft only. 3. MAIN CRANKSHAFT BEARINGS: The main crankshaft bearings shall be amply sized and shall be arranged for replacement without removing the crankshaft. Bearing caps shall be fitted into place in a manner that will obtain the utmost rigidity of construction. 4. CONNECTING RODS AND CRANK PIN BEARINGS: The connecting rods shall be made of heat-treated steel forgings. Provision shall be made for the use of large through bolts to securely fasten the crank pin boxes to the foot of the rod. The design shall permit removal of the piston and connecting rod through the cylinder liner. 5. FLYWHEEL: The flywheel shall be of heavy-duty design of one-piece construction and shall be made of high-grade close-grained cast iron. Torsional dampers, if required, shall be of the viscous type. 6. CYLINDERS: Cylinders may be cased individually or en bloc. If en bloc, removable jacket liners shall be provided, Preferably fitted with integral water jackets with suitable connections to inlet and outlet to eliminate the presence of water in the cylinder block. All cylinder liners shall be finished to give a straight bore, shall be carefully machined and honed, and shall be chrome-plated, or equivalent, on the water side to reduce cavitation damage. 7. CYLINDER HEADS: Renewable hardened steel inserts shall be provided for all valve stem guides. Valve seats shall be replaceable and made of hardened steel selected specifically for high temperature service. 8. PISTONS: Pistons shall be of the oil-cooled trunk type, made of close- grained cast iron or aluminum alloy, accurately machined to size. The piston shall be long in proportion to the diameter and shall be provided with a sufficient number of piston rings to insure maximum compression and to minimize oil consumption. 9. PISTON PINS: Piston pins shall be made of high-grade steel, hardened and ground to insure a fine running fit. They shall be either of the type which are fitted into the pistons so as to prevent rotation in the pistons but permitting free expansion of both pistons and pins or of the full floating type held longitudinally by retaining rings fitted into the wrist pin bore of the piston. 10. VALVES AND VALVE GEAR: Inlet and exhaust valves shall be precision machined and shall be made of the highest grade heat-resisting material. Valve seats shall be replaceable, of heat resistant high alloy steel. Valves shall be the largest possible diameters so 11080-4 as to produce the greatest volumetric efficiency and adequate scavenging of the cylinders in order to keep valve maintenance to a minimum. All valve mechanisms shall be constructed so as to provide positive action with utmost rigidity. 11. CAMSHAFT: Camshafts shall be alloy steel forgings with integral cams, machined, heat-treated and ground with polished bearing and contact surfaces. The camshafts shall be chain-driven or driven through gears from the flywheel end of the engine. 12. GEAR TRAIN: Gears shall be lapped and shaved for uniform loading and quiet operation. 13. EXHAUST MANIFOLD: Exhaust manifolds shall be fully insulated and, if in pairs, shall be joined to provide a single exhaust outlet for the engine. 14. FUEL REGULATION SYSTEM: The engine mounted fuel system shall include self-priming fuel transfer pump, filter, solenoid operated fuel valve, injector pumps, and injectors. - -. Fuel transfer pumps shall be of the low pressure gear type of ample capacity to meet the maximum fuel demand. It shall be capable of delivering the required fuel from the day tank to the engine as shown. Fuel filters shall be of the replaceable cellulose element type designed for long service life. Injector pumps shall be gear-driven types constructed to close tolerances to eliminate field adjustment. Injectors shall be designed for long, reliable service and quick replacement. 15. COOLING SYSTEM: A complete, engine-mounted radiator cooling system including radiator, engine-driven fan and circulating pump, bypass thermostats, interconnecting piping and appurtenances shall be provided for each engine. The system shall be designed to utilize a water and glycol solution with a freezing point below 15 degrees F. Radiators shall be of the high capacity copper core, fin and tube type, adequately sized to properly cool water from the engine jackets and lube oil cooler under the operating conditions specified. Fans shall be of the multibladed belt-driven type. Fan tip speeds shall be held as low as practicable to reduce fan noise to a minimum. Fan and water circulation pump belts, if any, shall be Worthington-Goodyear Hy-T wedge with CID sheaves, rated at150 percent of running horsepower. 16. LUBRICATION SYSTEM: The engine shall be of the wet sump type, provided with a full pressure lubricating oil system arranged to distribute oil to all moving parts of the engine. The lubricating oil pump shall be of the positive displacement type and shall be gear-driven from the engine crankshaft or camshaft. The pump shall have ample capacity to circulate the amount of lubricating and cooling oil required by the engine at all operating speeds. 11080-5 A full flow filter shall be provided. A built-in pressure relief bypass complete with pressure actuated valve and capable of conveying the maximum rate of oil flow shall be provided around each oil filter. The engine shall be equipped with a lubricating oil cooler, designed to properly cool the oil. A thermostatically controlled oil sump heater shall be provided for each engine to insure proper lubrication upon starting in cold weather. Heaters shall be suitable for use with 120 volt, single-phase, 60-cycle current. 17. STARTING SYSTEM: The starting system shall be of the automatic starting type, complete with solenoid shift starter, batteries, battery rack, cables, constant voltage charger, jacket water heater, and battery cabinet. Starting batteries shall be of the nickel-cadmium type designed for heavy-duty diesel engine starting with molded plastic containers of block design. The 20-cell battery shall be assembled in two units of 6 cells each for the required 12 volt nominal system at 2 volts per cell. - -. - The battery shall have an &hour nominal capacity of approximately 10 ampere hours. Batteries shall be furnished complete with interunit connectors and battery charger. A two-step battery rack shall be provided by the battery manufacturer. The rack shall be constructed to suit the batteries furnished. Rack rails shall be insulated with plastic. Batteries shall be arranged so that all electrolyte levels are easily visible. The starting battery charger shall be constant potential two-rate type with an output regulation of +l percent from zero to full rated capacity with a maximum input voltage variation of *IO percent. The charger shall be capable of operating at the rated output current continuously for an ambient temperature of 40 degrees C. The charger shall be 12 volt DC, 5 amperes maximum output with the special features specified. The charger shall be equipped with AC input and DC output protection, AC indicating lamp, DC ammeter and voltmeter, each having an accuracy of 2 percent and a minimum scale length of 2-3/8 inches. The charger shall have continuous float voltage adjustment from nominal battery voltage to 20 percent above, automatic surge suppressors, equalizing voltage control with 24-hour timer and automatic current limiting from 40 percent to 110 percent of rated output. Input shall be 120 volts, single phase AC, 60 Hz. The charger shall be convection cooled and provided with a rack for wall mounting. There shall be at least %-inch space between the wall and the charger for free air movement. 18. COMBUSTION AIR: Engine combustion air systems shall include intake silencers and air filters. The air filter shall be the dry type with a replaceable filter element. 19. FLEXIBLE METAL HOSE: Flexible metal hose connectors for jacket water, lube oil, fuel and exhaust shall be provided. Water, oil and fuel connectors shall be single braided, stainless steel, 150 psig working pressure. Fuel connectors shall bear the Underwriters Laboratories label. The exhaust connector shall be unbraided, stainless steel, suitable for temperatures up to 1300 degrees F. All connectors shall be selected for a design of not less than10,000,000 full displacement cycles. 11080-6 -. 20. EXHAUST SILENCER: An exhaust silencer shall be supplied and mounting location shall be approved by the Engineer. The unit shall employ ported tubes in a single or multichamber, nonreactive design specifically selected to achieve the degree of silencing specified under paragraph 1.02 A.3.d. The silencer shall be fabricated of heavy gage steel, in all-welded construction. 21. GOVERNORS: Governors shall be of the hydraulic type with provision at the engine for manual adjustment of speed, speed droop and load limit. 22. PROTECTIVE DEVICES: The engine shall be provided with the following devices, factory installed and adjusted. Each device shall be suitable for use with the engine’s 12 volt DC control circuit and shall be complete with all necessary conduit and wiring. Leads shall be brought to a common engine-mounted terminal control panel located on the subbase. Protective devices shall include the following: I. An overspeed switch which shall be separate from the governor and shall close at 10 percent above synchronous speed to actuate an alarm contact. 2. An underspeed-normal speed, snap-action, single pole, double-throw centrifugal switch. The underspeed switch shall be adjustable from 50 to 100 percent of normal operating speed. 3. A low oil pressure switch which closes when the pressure in the lube ‘oil system is below permissible operating levels. 4. A temperature switch, mounted in the lubricating oil system, designed to close when the oil temperature downstream from the oil cooler reaches, unacceptable levels. All devices shall be specifically designed for engine service of a type suitable for reliable operation in the presence of continuous vibration. All contacts shall be electrically-isolated and rated as specified in Division 16. All wiring, conduit and appurtenances shall be as specified under Division 16. Conduit shall be routed to provide maximum access to all maintenance points, devices and appurtenances. 23. MONITORING AND MEASURING CONNECTIONS: The engine shall be provided with suitable taps or connections available for the measurement of the following: 1. Lubricating oil inlet pressure. 2. Engine speed. 3. Jacket water inlet temperature. D. GENERATOR: The generator, transfer switch, exciter, regulator system and all ancillary devices shall be provided as a coordinated package. The regulator shall be provided and separately mounted in the generator switchgear. The generator shall be NEMA dripproof design with guard screens. Bearings shall be rated for 100,000 hours service at rated operating speed. The magnetic circuit of the rotor and stator shall be of laminated electrical grade sheet steel. The rotor shall be provided with an 11080-7 amortisseur (damper) winding. The insulation shall be special Class F with Class B temperature rise rating at full load, 50 degrees F, to provide a high dielectric strength, long-life covering for the windings. The insulation shall be resistant to attack by moisture, acids, alkalies, abrasives and mechanical and thermal shock. Leads shall be insulated with.a nonwicking, nonhygroscopic, elastomer material. The leads shall have sufficient length so that they may be looped through a current transformer if required and shall terminate at heavy-duty lugs in the terminal box. The generator stator temperature rise shall not exceed 70 degrees C by embedded detector measurement, and the rotor shall not exceed 80 degrees C by resistance while operating at nameplate loads in a 50 degree C ambient temperature. A large terminal box shall be provided and shall have elastic insulator bushings mounted on suitable framing within the enclosure for termination of the power leads. The potential transformer and current transformers required for the regulator protection and metering circuits shall be mounted in an accessible manner within the terminal box. The brushless rotating exciter portion of the generator shall be conservatively rated for the forcing characteristics required to maintain generator terminal voltage at the specified levels during motor starting duty. The exciter windings shall be of similar construction to the generator field windings, and insulation shall be of Class F, but the exciter shall be designed for Class B temperature use. The rectifiers shall be mounted on a suitable heat sink and they shall be accessible for replacement by removal of inspection covers. 2.02 ENGINE CONTROL EQUIPMENT A. SCOPE: The engine generator set shall be furnished with a unit mounted control panel with indicating light and controls. The controls and required dry contacts shall be as specified. Shutdown of the engine shall initiate a digital alarm signal for remote transmission. B. MONITORS AND INSTRUMENTS: Monitors and instruments shall be provided on the front of the control panel as follows: 1. Generator frequency, Hz 2. Generator amperage, with phase selector 3. Generator voltage, with phase selector 4. Oil pressure gage 5. Coolant temperature gage 6. Running time meter 7. Fault light C. DEVICES: Devices as follows shall be provided on the face of the panel: 1. AUTOMATIC-OFF-MANUAL selector 11080-8 2. EMERGENCY STOP red pushbutton with guard 3. ALARM ACKNOWLEDGE/CANCEL pushbuttons 4. LOCKOUT RESET pushbutton 2.03 PRODUCT DATA The following information shall be provided. A. GENERAL: 1. Outline drawings (plans and sections) for the complete unit showing the location, size and other pertinent details of each electrical, piping and monitoring connection, and overall dimensions. - -. 2. Weight of complete unit. 3. Weight of heaviest part. 4. Vibration isolation system certification of compliance. 5. Operation and maintenance information. B. ENGINE: 1. Complete lube oil and fuel piping schematics showing the relative positions of all valving, pumps, filters, temperature and pressure detectors, the oil cooler and safety devices. 2. Complete details of all safety devices and pressure, temperature and level switches. 3. Complete wiring diagrams for all engine-mounted electrical devices, showing wire and terminal identification schedules. 4. Catalog data, including dimensional data, weight and sound attenuating curve for exhaust silencer. C. CONTROL PANELS AND AUTOMATIC CONTROLS: 1. Plan and elevations showing the arrangement of all devices and panel construction details. 11080-9 E. GENERATION CONTROL SYSTEM: 1. Governing system details. 2. System operation description PART 3 - EXECUTION 3.01 GENERAL In addition to the factory tests set forth in paragraph 1.02 B, the equipment furnished under this section shall be subject to the following tests. 3.02 FIELD TESTS The field test shall be conducted by the Contractor in the presence of theEngineer. All costs of testing, including fuel, shall be borne by the Contractor. The test procedure shall be developed by the Contractor and shall, as a minimum, contain the following features: 1. Static tests of all control and protective circuits. 2. Not less than five cold starts. 3. Not less than 4 hours of transient response tests using pumping station loads or loads applied by portable load bank. 4. Not less than 8 hours of continuous operation of which 2 hours shall be at full load, followed by 2 hours at overload, followed by 2 hours at full load. The Contractor shall furnish a portable load bank, if necessary, to provide sufficient load to complete the required testing. Not less than 4 hours of on-the-job training of the Owners personnel shall be included as a part of the test work. The training shall include the following: 1. Engine theory 2. Operation of the sets and manual start-up 3. Routine maintenance 4. Troubleshooting **END OF SECTION*’ 11080-10 PART l-GENERAL 1.0 1 Description SECTION 11300 CENTRIFUGAL PUMPING UNITS A. Scope This section provides specifications for manufacture, testing, and installation of the centrifigal pumping units. The Contractor is lily responsible for the furnishing and installation of the entire units, including pumps, motors, and starters to meet the requirements specified herein. The following references take precedence over listed documents and shall prevail in the event of conflict: - Reference -. - -. AFBMA Std 9-78 Load Ratings and Fatigue Life for Ball Bearings AFBMA Std 11-78 Load and Fatigue Life for Roller Bearings ANSI Bl.l-82 Unified Screw Threads ANSI B2.1-68 Pipe Threads ANSI B16.1-75 Cast Iron Pipe Flanges and Flanged Fittings, Class 125 ANSI B18.2.1-81 Square and Hex Bolts and Screws, Including Askew Head Bolts, Hex Cap Screws, and Log Screws ANSI B 18.2.2-72 Square and Hex Nuts Each pump shall be shipped to the site with the manufacturer’s shop applied prime coating or chlorinated rubber prime coating. The prime coating shall be applied over a clean dry surface in accordance with the paint manufacturer’s recommendations. B. shipping: The Contractor shall be responsible for coordinating the shipment of materials from the manufacturer. Equipment shall be shipped in sealed, weather tight, enclosed conveyances and protected against damaging stresses during transport. Bearing housings shall be wrapped or sealed to prevent contamination from grit or dirt. Any equipment damaged during shipment shall be sent back to the manufacturer and replaced with new equipment at no cost to the Agency. 11300;1 C. Type: Pumps shall be of the heavy duty electric submersible, centrifugal non-clog type with vertical shaft. 1.02 Quality Assurance: A. Performance and Design Requirements: 1. General: The wastewater pumps shall be suitable for constant speed operation. Each pump shall be capable of operating continuously at the operating conditions specified without cavitation or damaging vibration. The fluid to be pumped will be unscreened domestic wastewater with moderate amounts of grit and small gravel. Materials used for the construction of the equipment shall be impervious to attack by oil, grease, and industrial solvents. Each pump shall be capable of passing a 3” sphere. - -. -. 2. Operating Requirements: Operating requirements shall be as follows.?f necessary the manufacturer shall trim the impeller to be within 5%, but not less than these operating conditions: Operating condition Sueed Total Discharge head. iI l2.EE Efficiency B A Maximum( 1740) 50 380 77 B Shutoff 80 0 C Runout 40 480 68 Notes: 1. Condition A is at the pump’s specified operation point at full speed. 2. Condition B is at the pump’s shutoff head. 3. Condition C is at the pump’s maximum run out. 3. Pumping Unit Vibration: Each pump shall be tested for vibration at the factory. Each pump system’s maximum limit of vibration shall be 2 mils (measured as displacement). B. Factory Testing: 1. General: The new pumps shall be subjected to material, hydrostatic, and performance tests at the manufacturer’s factory. The testing data shall be approved by the Engineer prior to shipment to the job site. The results of factory tests shall be considered official and conclusive for the purpose of determinin g whether the equipment complies with the performance specifications. Final acceptance of the equipment will depend on satisfactory operation after installation and field testing. 11300-2 2. Materials: Melt and strength test of the steel and cast iron used in the manufacture of the pump’s major components shall be in accordance with all applicable ASTM standards. 3. Hydraulic Tests: The pump shall be hydrostatically tested. The test pressure shall not be less than twice the shutoff head as shown on the approved head-capacity curve (point B). The test pressure shall be held for not less than 30 minutes. At no time during the test shah the casing show undue deflection or signs of weakness at any point nor shall the casing show sweating through porous metal or leaking through cracks or other defects. 4. Performance Tests: Each pump shall be factory tested for performance as specified in the Hydraulic Institute Test Code. Actual performance at the maximum rated speed may be predicted from test data in accordance with the afikity relationships subject to the following restrictions: 1. The test shall be conducted at no greater than the next highest synchronous motor speed above the rated speed. 2. At least 5 data points shall be measured to predict the pump’s operating characteristics (capacity, head, efficiency, power) for the rated Feed and other speeds required to satisfy the specified operating condition. 3. The data shall extend at least 15 percent beyond the pump’s rated capacity at rated speed. 4. During the tests, the pumps shall be monitored for excessive vibration, cavitation, and the presence of undesirable critical speeds. The manufacturer shah certify that the equipment is free from these defects and is in full compliance with the specifications. Certification shall be by an officer of the manufacturer’s corporation and shall be under penalty of perjury. 1.03 Environmental Conditions The equipment furnished under this section shah be suitable for operation in wastewater from a municipal collection system containing some industrial wastes. The wastewater will contain sand, pea gravel, animal fats, oils, and small sections of lumber. The wastewater will have a temperature of 55 degrees F to 80 degrees F and will have a pH range from 6 to 9. Ambient air temperatures will range from 30 to 100 degrees F. 1.04 Submittals A. Scope All material required for submittal under this section shall be from one manufacturer. The Contractor shall submit the following data to the Engineer for approval within 20 calendar days after the notice to proceed: 1. Manufacturer’s qualifications, spec data, and descriptive literature indicating materials of construction, 2. Manufacturer’s predicted pump performance curves for head, capacity, horsepower, efficiency, impeller size, speed, and NPSHR, 11300-3 3. Manufacturer’s factory testing procedure and recommended installation and field testing procedures, 4. Radial thrust on the impeller at each operating condition, 5. Radial and thrust bearings selected and their AFBMAB-10 rating life, 6. Motor data form, dimensions, weigh& 7. Guide rail system materials, 8. Detailed shop drawings for installation, and 9. O&M instructions. 10. Manufacturer’s recommended wear ring clearance After the pumping system has been manufactured and factory tested, the Contractor shall provide the test report and raw data to the Engineer for approval. 1.05 Spare Parts The following spare parts shall be provided: - 1 set of all bearings 1 set of all gaskets and O-rings 1 set of seals 1 set of wearing ring assembly PART 2-PRODUCTS 2.01 Pumps A. General Furnish and install two (2) Davis EMU Model FA 104, submersible non-clog wastewater pumps. For the specified operating point of 380gpm at 50’ TDH, this pumps efficiency is 77%. For this reason and others, there is no other known equal. Each pump shah be equipped with 7.5 HP, submersible electric motor connected for operation on 230 volts, 3 phase, 60 hertz. The pump shall be supplied with a mating cast iron 4” discharge connection and be capable of delivering 380 gpm at 50 feet total dynamic head. Pumps shall be designed for continuous duty at the specified operating condition, and for the service specified. Pump and motor shall be designed and assembled by same manufacturer. The interior portion of the volute and the impeller shall have a special plasma spay 1iningMetco 136 CP.or equal. B. Motors Pump motors shall be 1740 rpm, induction type with a squirrel cage rotor, shell type, housed in a oil filled, watertight chamber, NEMA B type. The stator windings and leads shall be insulated with moisture resistant Class F insulation rated for 3 11 Fahrenheit. The stator shall be dipped and baked three times in Class F varnish and shall be heat shrink fitted into the stator housing. Motors shall be designed for continuous duty handling pumped media at 104 Fahrenheit. Rotor bars and short circuit rings shall be made of cast aluminum. Thermal switches shall be set to open at 260 Fahrenheit and shut down the motor. The switches shall be used in conjunction with external motor overload protection and shall be connected to the control panel. Junction chamber containing terminal board shall be hermetically sealed from the motor by an elastomer compression seal. Connection between the cable conductors and stator leads shall be made with 11300-4 threaded compression type binding posts permanently affixed to a terminal board. Wire nut or crimp connections not allowed. Service factor shall be a minimum of 1.25. Motor shall have a voltage tolerance of 2 10%. C. Motor Cable Entry Seals The cable entry seal design shall preclude specific torque requirements to insure a watertight and submersible seal. The cable entry shall consist of a single cylindrical elastomer grommet, flanked by washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter and compressed by the body containing a strain relief function, separate from the function of sealing the cable. The cable entry junction chamber and motor shall be separated by a stator lead sealing gland or terminal board, which shall isolate the interior from foreign material gaining access through the pump top. A minimum of twenty five feet of power and control cable shall be supplied with the pumps. C. Impellers The impellers shall be of gray cast iron, ASTM A-48, Class 30, dynamically balanced, single - -. shrouded non-clogging design having a long throughlet without acute turns. Impeilers sh$l be capable of handling solids, fibrous materials, heavy sludge and other matter found in wastewater. Mass moment of inertia calculations shall be provided by the manufacturer. Impellers shall be keyed to the shaft, retained with a hex head bolt and shall be capable of passing a minimum 3” diameter sphere. Impellers shall be coated with plasma sprayedMemo 136 CP or approved equivalent. Impeller shall not unscrew or loosen by torque from either forward or reverse rotation. D. Pump Shaft Pump and motor shaft shall be one solid piece. Shafts shall be AISI type 420 stainless steel. No shaft sleeves are allowed. Minimum shaft diameter in the seal chamber shall be 50 mm. The distance between the lower bearing and the impeller hub shall be a maximum of 2 l/2 times the shaft diameter to minimize radial deflection of the shaft. E. Bearings The pump shaft shall rotate on two bearings. Motor bearings shall be permanently grease lubricated. The calculated B 10 bearing life rating shall be 50,000 hours minimum. The upper bearing shall be a single deep groove ball bearing. The lower bearing shall be a two row angular contact bearing to compensate for axial thrust and radial forces. No single row lower bearings allowed. F. Mechanical Seals Each pump shall be provided with a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in an oil reservoir that lubricates the lapped seal faces at a constant rate. The seal casing shall be 3 16 stainless steel. The lower primary seal unit located between the pump and the oil chamber, shall contain one stationary silicon carbide and one rotating silicon carbide face. The upper, secondary seal located between the oil chamber and the motor housing shall contain one stationary silicon carbide and one rotating silicon carbide face. The area between the seals shall be filled with oil and contain two moisture sensing probes, capable of detecting any influx of conductive liquid past the inboard seal face. Each seal interface shall be held in contact by its own spring system. Seals shall require no maintenance or adjustment. Mounting the inboard seal on the impeller hub is not acceptable. 11300-5 G. Wear Pings - A wear ring system shall be used to provide efficient sealing between the volute and the suction inlet of the impeller. Each pump shall be equipped with a nitrile rubber coated steel or series 400 stainless steel ring insert that is drive fitted or attached by 3 16 stainless steel screw fasteners to the volute inlet. The wear rings shall be removable provided for both the impeller and suction head of the pump. Clearance between rings shall be such as to prevent excessive leakage and wear. Brine11 hardness 3 10 minimum for the stationary wear ring and 360 for the rotating wear ring. F. Nameplates Each pump shall have an engraved or machine-stamped, non-corrosive metal nameplate including manufacturer, date, model number and size, serial number, rating in gpm and feet of head, speed at rated capacity and head, impeller diameter, voltage and phase. G. Guide Bail, Pump Design and Construction The pumps shall be automatically and firmly connected to the discharge connection, guided by no less than two round guide bars or one T-bar on each pump extending from the top of the station to the bottom of the wet well. These guide rails shall be stainless steel and shall be provided by the pump manufacturer. Sealing of the discharge connection shall be accomplished by a machined metal to metal watertight contact utilizing a Buna-N gasket. No portion of the pump shall bear on the sump floor. All attaching nuts, bolts, and washers shall be 3 16 stainless steel. Sealing design of the pump shall incorporate metal to metal contact between machined surfaces. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile rubber O-rings. Fittings will be the result of controlled compression of rubber O-rings being contacted by four sides without the requirement of a specific torque limit. No secondary sealing compounds, elliptical O-rings, or rectangular cross section gasketing allowed. H. Warranty The contractor shall cause the pump manufacturer to warrant each pump and motor installed under this contract for a period of five (5) years or 100,000 hours under normal operating conditions. The warranty shall include 100% coverage of the manufacturers shop labor and parts for the pump and motor for 18 months and 50% coverage through the fifth year. PART 3-EXECUTION 3 .O 1 Installation All equipment furnished under this contract shall installed in accordance with the manufacturer’s written instruction. As a precedent to final acceptance by the Engineer, the contractor shall provide the project manager with 5 copies of the manufacturer’s certification stating that the equipment has been properly installed and meets all requirements as specified herein. This does not relieve the Contractor of his overall responsibility for this portion of the work. 11300-6 The Contractor shall provide all necessary ductile iron piping and appurtenances to connect to the discharge elbow of the pump and to the new 6” ductile iron force main. 3.02 Field Testing The contractor shall provide a field testing procedure to the Engineer for approval 2 weeks prior to doing the hydraulic and electrical testing. The contractor shall provide factory certified pressure gauges for testing the pumps to see if they meet the hydraulic performance required under Section l.O2(A)2 Operating Requirements. A minimum of three operating conditions over the span of the curve shall be tested to verify that the pumps meet capacity. The contractor shall take amperage readings and verify that each phase of both motors are within the rated amps of the motors. - -. If either test proves that the equipment does not meet the specified operating conditions, the Contractor shall make any corrections necessary to meet the conditions in these specifications at no cost to the Agency. 3.03 Training and Start Up The contractor shall cause the manufacturer to provide one four hour training period for the operators to go over all operation and maintenance procedures. This four hour period can also be used for the manufacturer to verify correct installation and witness pump tests. **END OF SECTION** 11300-7 SECTION 11341 SUBMERSIBLE SUMP PUMP PART 1 - GENERAL 1.01 DESCRIPTION A. SCOPE: This section specifies submersible sump pumps for use in pumping floor drainage. The Contractor shall assign unit responsibility as specified in Section 11000 to the pump manufacturer for the combined equipment consisting of pump, motor, cable, start and stop switches and other appurtenances as applicable for pump specified. The general requirements applicable to all mechanical equipment, as specified in Section 11000, are applicable to the equipment specified in this section. -. B. TYPE: Pump shall be supplied for service pumping floor, disconnects switch, discharge flange, and lifting chain. Pumps shall be of the heavy duty submersible, centrifugal non-clog type. Pump shall be Hydromatic Shef 30 or equal, modified to meet the requirements specified herein. 1.02 QUALITY ASSURANCE A. GENERAL: Pumps shall be designed for use in pumping floor drainage water. The pumped liquid could contain up to 5 percent of solids, industrial solvents, and greases. B. OPERATING REQUIREMENTS: Maximum pump speed, rpm 1550 Discharge and suction pipe size, inches minimum Motor, horsepower, max Rated conditions Capacity, gpm Total head, ft Minimum pump efficiency, percent 2 l/3 33 10 50 11341-l Zero flow conditions Capacity, gpm 0 Total head, ft 24 1.03 ENVIRONMENTAL CONDITIONS The pumps and motors shall be suitable for the service specified. ( Pumps and motors will be submerged for extended periods of time. The pumped fluid temperature is expected to range from 50 degrees F to 80 degrees F. 1.04 SUBMITTALS TO BE PRQVIDED The Contractor shall provide the following submittals in accordance with Section 01300 Submittals: - 1. Predicted performance curves developed for the specific application. Performance curves shall plot speed, capacity, head, horsepower, efficiency and NPSH requirements over the manufacturers recommended range of operation. PART 2 - PRODUCTS 2.01 MATERIALS Component Bracket, pump, motor, casing, impeller All exposed nuts and bolts Shaft Material Cast iron, ASTM48 Class 30 Stainless steel Type 316 Stainless steel Type 420 2.2 EQUIPMENT A. IMPELLERS: Impellers shall be two vane semi-open type designed to be non-clog and to pass stringy material. B. BEARINGS: Bearings shall be heavy-duty grease lubricated ball type, double shielded and factory sealed and designed for a B-IO life of 50,000 hours heavy-duty service without requiring additional lubrication. 11341-2 C. PUMP AND MOTOR CASING: - Casings shall be constructed of corrosion resistant cast iron and shall be designed to allow removal of all rotating parts from the motor end of the pumps. Pump casing shall be provided with a discharge elbow with 125 pound ANSI, cast iron companion flange. D. MECHANICAL SEAL: Each pump shall be provided with a double mechanical seal running in an oil reservoir, composed of two separate lapped face seals. The seal chamber shall be equipped with a built- in device to prevent over filling and an anti-vortexing vane to insure proper lubrication of both seal faces. Mechanical seal hardware shall be all stainless steel. E. CORROSION PROTECTION: All external parts coming into contact with the pumped fluid shall be protected with one coat of zinc-chromate primer and one coat of acrylic alkyd resin enamel. F. MOTOR: -. Motor shall be 1550 rpm, 120 volt, air-filled water tight submersible type. Motor shall be of Class F insulation, moisture resistant, built-in thermal overload protection, rated for continuous operation at 5.0 full load amps. H. CABLE: Pump motor and detector cables shall be suitable for submersible pump applications. Cable entry shall be composed of a one piece vulcanized three-way mechanical sealing connector with a thickly molded shoulder with increasing cable diameters to resist fatigue from bending forces. The cable entrance shall also incorporate a limited tightening plate with built in strain relief. The cable entry shall prevent water from leaking into the motor due to capillary action even if cable is cut or damaged. I. CONTROL: Pump shall be supplied with a float switch for automatic operation. The float switch shall come as an integral part of the pump. Sump pump shall be connected to a circuit breaker in the main service center which will also be used as a disconnect switch. 2.03 PRODUCT DATA The following product data shall be provided in accordance with Section 01300 Submittals: 1. Motor operation and maintenance information. 2. Pump operation and maintenance information. 3. Manufacturer’s data including materials of construction and equipment weight. 11341-3 4. Shop drawings including dimensions and cross sectional views of equipment showing details of construction. PART 3 - EXECUTION 3.01 TESTING Each pump system shall be tested for control and capacity over a 2-hour period. 3.02 INSTALLATION Pump shall be installed per the manufacturers recommendation in a fixed pipe configuration. **END OF SECTION** - -. 11341-4 SECTION 11360 DAVIT CRANE PART l-GENERAL 1 .Ol DESCRIPTION: This section relates to the electric driven davit crane for lifting the centrifugal pumps from the wetwell. PART 2- PRODUCTS - -. The davit crane shall be Them Model 5334Ml or approved equal rated for a minimum . 1500 lb lifting capacity. Crane shall have a galvanized finish and be supplied with electric 400 rpm drill motor-120 VAC with l-1/8 inch hex socket. The crane shall be supplied with a minimum of 36’ of wire rope cable. An independent flush mount galvanized socket base shall be provided and be Them Model 534F or approved equal. The davit crane will be stored in the area by the electrical main service center. The Contractor shall provide an alumincm or 316 stainless steel mounting bracket to install the davit crane on the north or west wall. Provide a submittal for the bracket in accordance with Section 01300 Submittals. PART 3-EXECUTION The crane shall be installed in strict accordance with the manufacturers recommendation and as shown on the plans. The crane shall be load tested to 1000 Ibs in the presence of the Inspector. Start-up of the crane shall be as listed in 01650 Start-Up, Field Testing, and Acceptance of Equipment. 11360-l SECTION 15062 DUCTILE IRON PIPE PART l-GENERAL 1.01 DESCRIPTION A. SCOPE: This section specifies ductile iron pipe, ductile or gray iron fittings and gaskets. 1.02 REFERENCES - This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this _~ section and those of the listed documents, the requirements of this section shall prevail. -. Reference ANSI 82.1-68 Pipe Threads (Except Dryseal) Specifications, Dimensions, and Gaging for Taper and Straight Pipe Threads Including Certain Special Applications ANSI B16.1-75 ANSI Bl8.2.1~81 ANSI B31 .I-83 AWWA C104-80 (ANSI A21.4-80) ASTM D16 TYPE V AWWA CIIO-82 (ANSI C21.10-82) AWWA Clll-80 (ANSI A21 .ll-80) Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125,250, and 800 Square and Hex Bolts and Screws Inch Series Including Hex Cap Screws and Lag Screws Power Piping Cement-Mortar Lining for Ductile-Iron and Gray-Iron Pipe and Fittings for Water Standard for Polyurethane Lining and Coating for Ductile-Iron Piping for Water and Other Liquids Ductile-Iron and Gray-Iron Fittings, 3 In. Through 48 In., for Water and Other Liquids Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings 15062-l AWWA Cll5-83 (ANSI A21.15-83) AWWA C151-81 (ANSI 21.51-81) AWWA C600-82 Flanged Ductile-Iron and Gray-Iron Pipe With Threaded Flanges Ductile-Iron Pipe, Centrifugal Cast, in Metal Molds or Sand-Lined Molds, for Water or Other Liquids Installation of Ductile-Iron Water Mains and Their Appurtenances PART 2-PRODUCTS 2.1 GENERAL All ductile iron pipe within the wetwell and valve and meter vault shall be Class 53 with flanged ends as shown on the plans. All ductile iron pipe and fittings supplied with this contract shall be polyurethane lined and coated as specified in Section 2.06. Pipe design, _ materials and manufacture following documents: - item Document Thickness design AWWA Cl50 Manufacturing requirements Water or other liquid Gas Joints Rubber gasket Threaded flange Fittings Cement mortar lining AWWA Cl51 ANSI A21.52 AWWA Cl11 AWWA C115 AWWA Cl IO AWWA Cl04 2.02 GASKETS Gasket stock shall be a synthetic rubber compound in which the elastomer is neoprene. The compound shall contain not less than 50 percent by volume neoprene and shall be free from factice, reclaimed rubber and other deleterious substances. Gaskets shall, in addition, comply with AWWA Cl 11. 2.03 FLANGE ASSEMBLIES Flange assemblies shall be provided as specified in Section15085. 316 SS bolts and nuts for use with ductile iron joints are an acceptable substitute for alloyed bolts and nuts. Galvanized or cadmium-plated steel bolts and nuts are not acceptable substitutes for stainless steel. 15062-2 2.04 JOINTS A. PUSH-ON AND MECHANICAL JOINTS: The plain ends of push-on pipe and mechanical joint pipe shall be marked with paint to show the required depth of penetration for making the joint. B. MECHANICALLY RESTRAINED JOINTS: Mechanically restrained joints shall be designed to allow separation of the joint after installation. Internal restraints are not acceptable. 2.05 FITTINGS Ends shall be flanged, mechanical joint or push-on to suit the conditions specified. Elbows shall be the long radius style. Gray cast iron fittings may be substituted for ductile iron fittings provided they conform to the specified requirements. - -. -- 2.06 PIPE LINING AND COATING - A. POLYURETHANE LINING AND COATING: All ductile iron piping and fittings shall be polyurethane lined and coated in accordance with ASTM Type V system. The lining and coating shall be cleaned to a near white metal finish in accordance with Standard Specifications of Painting Council (SSPC- SP 10). All surfaces shall to be lined and coated shall be free of moisture, dust, grease or any other deleterious substances, at the time the coating is applied. The total dry film thickness for the lining and coating shall be 35 mils. A holiday test shall be conducted using a 2500 volt spark test. The applicator of the coating system shall be certified by the coating manufacturer to apply the lining and coating to ductile iron pipe. A certification shall be provided for approval by the Engineer. The joint components shall be coated with an approved polyurethane or epoxy coating material which has been tested and found to be compatible with the polyurethane lining. B. POLYETHYLENE ENCASEMENT: Where specified, pipe and fittings shall be wrapped with polyethylene film in tube form as specified in AWWA ClO5. 2.07 PRODUCT DATA The following information shall be provided in accordance with paragraph Section 01300. 1. Shop drawings. 2. Alignment drawings. 3. Certification that each length of pipe has been tested physically for ductility and has satisfactorily passed such tests. 15062-3 PART 3EXECUTION 3.01 INSTALLATION A. GENERAL: - Piping runs specified on the drawings shall be followed as closely as possible. Proposed deviations shall be submitted in accordance with Section 01300. Pipe shall be installed in accordance with AWWA C600. Connections to existing structures and manholes shall be made so that the finished work will conform as nearly as practicable to the requirements specified for the new manholes, including necessary concrete work, cutting and shaping. Concrete mortar shaping within any structure and manhole shall be as specified. B. INSULATING SECTIONS: -- Where a metallic nonferrous pipe or appurtenance is connected to ferrous pipe or appurtenance, an insulating section shall be provided. C. ANCHORAGE: Anchorage shall be provided as specified. Calculations and drawings for proposed alternative anchorage shall be submitted in accordance with Section 01300. 3.02 ACCEPTANCE TESTING Hydrostatic pressure tests shall be conducted in accordance with Section 4 of AWWA C600 except that test pressures and allowable leakage shall be per Agency’s standards for gravity and force main pipe. Force main shall be tested by pressurizing with water at two times operating pressure. The Contractor shall conduct the tests in the presence of the Inspector. All testing shall be in accordance with the Carlsbad Standard Sewer System Design Criteria and Standard Drawings and Specifications, 5/l/93. **END OF SECTION** 15062-4 SECTION 15064 PLASTIC PIPE PART l-GENERAL 1.01 DESCRIPTION A. SCOPE: This section specifies polyvinylchioride, chlorinated polyvinyl-chloride, polyethylene, and polypropylene pipe and fittings. B. PIPE DESIGNATIONS: - -. For use in the Piping System Specification Sheets (PIPESPEC) in Section 15050 and in this section, the following plastic pipe designations are defined: - Desinnation Definition PVC Polyvinylchloride CPVC Chlorinated polyvinylchloride PE Polyethylene PP Polypropylene 1.02 REFERENCES This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference ASTM D1248-81a Polyethylene Plastics Molding and Extrusion Materials ASTM D1784-81 Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds ASTM D1785-83 Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40,80, and 120 ASTM 02 146-82 Propylene Plastic Molding and Extrusion Materials 15064-l ASTM D2241-83 ASTM 2464-76 ASTM 02466-78 ASTM D2467-76 ASTM D2564-80 - ASTM D2657-79 ASTM D3034-83 ASTM F402-80 ASTM F437-82 ASTM F438-82 ASTM F439-82 ’ ASTM F44 1-82 ASTM F477-76 ASTM F493-80 Poly Vinyl Chloride (PVC) Plastic Pipe (SDR-PR) Threaded Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40 Socket-Type Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings Heat Joining of Polyolef in Pipe and Fittings Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings Safe Handling of Solvent Cements and Primers Used for Joining Thermoplastic Pipe and Fittings Threaded Chlorinated Poly ‘(Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80 Socket-Type Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 40 Socket-Type Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80 Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe, Schedules 40 and 80 Elastomeric Seals (Gaskets) for Joining Plastic Pipe Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings 15064-2 PART 2-PRODUCTS 2.01 PVC PIPE A. PRESSURE PIPE: PVC material for pipe and fittings shall conform to ASTM D1784, Class 12454-B. Pipe and fittings shall either be in accordance with ASTM 01785 or shall conform to ASTM D2241 for standard dimension ratios: 160 psi pipe-SDR 26; 200 psi pipe-SDR 21; 250 psi-SDR 17 as specified. Neoprene gaskets with push-on joints shall conform to ASTM F477. The force main shall be 6-inch PVC Class CQOO rated at 150 psi. Force main fittings shall be ductile iron with polyurethane lining and coating as specified in Section 15062 Ductile Iron Pipe. Schedule 80 PVC socket type fittings shall conform to ASTM D2467. Schedule 40 PVC fittings shall conform to ASTM D2466. PVC solvent weld cement for socket connections shall meet the requirements of ASTM D2564. Schedule 80 PVC threaded fittings shall conform to ASTM D2464. Fittings for gasketed pipe shall be steel push-on IPS-sized pressure fittings rated for use with the specified class of PVC pipe. - -. -- B. NONPRESSURE PIPE: - PVC material for pipe and fittings shall conform to Class 12454-B, as defined in ASTM D1784. Pipe and fittings shall meet the requirements of ASTM D3034 for SDR 35. Neoprene gaskets with push-on joints shall conform to ASTM F477. The 8-inch gravity sewer pipeline shall be SDR 35. 2.02 CPVC PIPE CPVC material for pipe and fittings shall conform to ASTM D1784, Class 23447-B. Pipe and fittings shall be in accordance with ASTM F441. Neoprene gaskets with push-on joints shall conform to ASTM F477. Schedule 80 CPVC socket type fittings shall conform to ASTM F439. Schedule 40 CPVC socket type fittings shall conform to ASTM F438. CPVC solvent weld cement for socket connections shall meet the requirements of ASTM F493. Schedule 80 CPVC threaded type fittings shall conform to ASTM F437. 2.03 PRODUCT DATA The following information shall be provided in accordance with Section 01300 Submittals: 1. Manufacturers certificates of compliance with the specified standards and Contractors layout drawings. 15064-3 PART 3-EXECUTION 3.01 INSTALLATION PVC pipe 3 inches in diameter and smaller shall be joined by means of socket fittings and solvent welding in conformance with ASTM F402. Unless otherwise specified, PVC pipe 4 inches in diameter and greater shall be joined by means of gasketed push-on joints and steel push-on or mechanical joint fittings. Connections to different types of pipe shall be by means of specified adapters or transition fittings. Where sleeve type couplings are used, both shall be uniformly torqued in accordance with pipe manufacturers recommendation. Foreign material shall be removed from the pipe interior prior to assembly. 3.02 TESTING - The Contractor shall conduct the tests in the presence of the Inspector. All testing shall be in accordance with the Carlsbad Standard Sewer System Design Criteria and Standard Drawings and Specifications, 5/l/93. **END OF SECTION** 15064-4 SECTION 15066 COPPER PIPING PART l-GENERAL - -. l.O? DESCRIPTION This section specifies copper piping, tubing, couplings and fittings. 1.02 REFERENCES This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference Title ANSI B 16.22-80 ANSI B16.26-83 ASTM B32-83 Wrought Copper and Copper Alloy Solder Joint Pressure Fittings Cast Copper Alloy Fittings for Flared Copper Tubes Solder Metal ASTM 888-83 Seamless Copper Water Tube PART 2-PRODUCTS 2.01 COPPER TUBING Copper tubing shall be seamless copper, conforming to ASTM B88. Unless otherwise specified, copper tubing shall be Type L, drawn, where used in exposed service and Type K, annealed or drawn for buried service. 2.02 COUPLINGS AND FITTINGS FOR COPPER TUBING Unless otherwise specified, couplings and fittings for copper tubing l/2 inch and smaller nominal diameter shall be compression type, brass or bronze, capable of holding the full bursting strength of the tubing; shall meet the requirements of ANSI B16.26; and shall be Swagelok, Gyrolok, or equal. Couplings and fittings for copper tubing larger than l/2 inch nominal diameter shall be wrought copper or bronze, solder joint pressure fittings and shall conform to ANSI 816.22. 2.03 SOLDER Solder to be used in copper piping shall be ASTM 832, Alloy Grade SOB. 15066-l 2.04 PRODUCT DATA Contractor’s layout drawings and catalog data demonstrating compliance with this specification and giving full description of the copper piping shall be provided in accordance with paragraph Section 01300 Submittals. PART 3EXECUTION 3.01 FABRICATION A. SOLDER JOINTS: All pipe and fittings to be jointed with solder shall be free from all burrs and wire brushed or steel wool cleaned. After cleaning, a paste flux shall be evenly and sparingly applied to the surfaces to be joined. Solder shall then be applied and flame ( passed toward the center of the fitting until the solder disappears. All excess solder shall be removed while it is still plastic. Absolutely no acid flux or acid wipe shall be used in making solder joints. - B. DIELECTRIC PROTECTION: -. Copper tubing or fittings shall not be permitted to come in contact with steel piping, reinforcing steel, or other steel at any location. Electrical checks shall be made to assure no contact is made between copper tubing and steel elements. 3.02 INSTALLATION, CLEANING, DISINFECTION, AND TESTING The installation, cleaning, disinfection, and testing of copper piping shall be as specified in the Carlsbad Rules and Regulations for Construction of Public Potable Water Mains. Note that cathodic protection is required by these standards for the 1” copper service line. **END OF SECTION** 15066-2 SECTION 15095 PIPING APPURTENANCES PART I-GENERAL 1.01 DESCRIPTION This section specifies piping appurtenances and pressure gages. PART 2-PRODUCTS - 2.01 MECHANICAL COUPLINGS Sleeve-type couplings shall be Smith-Blair Type 41 I, Dresser Style 38 or equal. Sleeve- type flanged coupling adapter shall be Smith-Blair Type 913, Dresser Style 128 or equal. 2.02 GROOVED END COUPLINGS Grooved end couplings shall be Victaulic Style 31 or equal. 2.03 PRESSURE GAUGES Pressure gauges for the main centrifugal pumps shall be Ashcroft Model 1279AS or equal. Range shall be O-50 psi. 2.04 GAUGE COCKS: . Gauge cocks shall be Robertshaw 1303, Ashcroft 1095 or equal. The exposed threads of each gage cock shall be protected by a brass plug. 2.98 PRODUCT DATA Manufacturers product data shall be provided in accordance with Section 01300 on mechanical couplings, grooved end couplings, pressure gauges and gauge cocks. PART 3EXECUTlON 3.01 APPLICATION B. GAGE TAPS: Gauge taps shall be provided on the discharge of pumps. Gauge taps shall consist of a %-inch gauge cock attached by a threaded nipple to the pipeline. **END OF SECTION** 15095-l SECTION 15102 RESILIENT SEATED KNIFE GATE VALVE PART I - GENERAL 1.01 DESCRIPTION A. SCOPE: This section provides specifications for the knife gate valve. B. APPLICATION: Knife gate valves shall be provided as shown on the drawings. - -. 1.02 QUALITY ASSURANCE _ Knife gate valves shall be ANSI rated for 150 psi service. 1.03 SUBMITTALS Submittals shall be in accordance with the requirements of Sections 01300. PART 2 -PRODUCTS 2.01 MATERIALS Component Material Body Cast iron Interior Stainless steel, type 304 Seat rings Neoprene Slide Stainless steel, type 304 Stem Stainless steel, type 304 2.02 CONSTRUCTION A. GENERAL: Knife gate valve shall be Dezurlk model KGS4LIS2CCRMNHD8 or equal. Knife gate valve shall be water bodied, flanged, constructed of cast steel flanges and body with stainless steel internal components. The valves shall be ANSI rated for 150 psi service. B. LINING AND SEATING: The interior of the valve body and the contact surfaces of the flanges shall be machined smooth, type 304 stainless steel. The interior of the body shall have a V-groove, machined to provide a smooth, uniform contact with the knife gate edge. The downstream face of the V- groove shall be fitted with a molded neoprene ring permanently seated against the valve body 15102-l interior. The neoprene ring shall be designed to allow zero leakage when the valve is closed hand tight at the rated head. Seating wedges shall be provided to position the knife gate securely against the neoprene ring. C. PACKING: The Valve shall be sealed against external leakage by a combination of asbestos packing and a continuous, molded neoprene packing ring. D. SLIDE: The slide shall be Type 304 stainless steel and shall be beveled and machined to evenly match the seating groove in the valve body. E. STEM AND OPERATOR: The stem shall be a single lead threaded shaft designed for the operation of the valve. The stemand glide ring shall both be constructed of type 304 stainless steel. - 2.63 PRODUCT DATA -. The following information shall be provided in accordance with Section 01300 submittals: I. 2. Product information to verify that the product provided meets the requirements set forth in this specification. Operation and maintenance information as specified in Section 01730. **END OF SECTION** 15102-2 - SECTION 15110 ECCENTRIC PLUG VALVES PART I-GENERAL 1.01 DESCRIPTION A. SCOPE: This section specifies eccentric plug valves. B. APPLICATIONS: Eccentric plug valves shall be used on piping systems specified in Section 15050. 1.02 QUALTIY ASSURANCE - -. A. REFERENCES: This section contains references to the following documents. They are a part of this section insofar as specified and modified herein. In case of conflict between the requirements of this section and the listed documents, the requirements of this section shall prevail. Reference ANSI BI6.1-75 Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125, 250 and 800 ASTM Al 26-73 (I 979) Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A276-83 Stainless and Heat-Resisting Steel Bars and Shapes ASTM A436-84 Austenitic Gray Iron Castings ASTM A536-80 Ductile Iron Castings B. PROOF OF DESIGN TESTS: The Contractor shall furnish the Engineer three certified copies of a report from an independent testing laboratory certifying successful completion of proof-of-design testing conducted in accordance with AWA C504, Section 5.5, except that where the word “disc” appears in the standard, it is understood to mean “plug.” In lieu of testing the valves at an independent testing laboratory, proof-of-design testing may be performed at the valve manufacturer’s laboratory, but must be witnessed by a representative of a qualified independent testing laboratory, and all test reports must be certified by the laboratory representative. Proof-of-design testing shall have been performed on not less than three 6- inch diameter valves, with all three test units demonstrating full compliance with the test 15110-I standards. Failure to satisfactorily complete the test shall be deemed sufficient evidence to reject all valves of the proposed make or manufacturer’s model number. PART 2-PRODUCTS 2.01 MATERIALS Materials of construction shall be as follows: Component Material Body Cast iron, ASTM A126, Class B Plug Cast iron, ASTM AI26, Class B, or cast iron, ASTM A436 (Ni-resist), or ductile iron, ASTM A536 Plug facing Neoprene or Buna-N - -. Body seats 3 inches and larger Packing Stainless steel, ASTM A276, type 304 or nickel Buna V-flex or TFE 2.02 MANUFACTURE A. GENERAL: Eccentric plug valves shall be Dezurlk model 0400 Fig118 F RS-I6 AGG6H8 or equal. Valves shall be straight flow, nonlubricated, resilient plug type suitable for driptight, directional shutoff at the specified valve design pressure. Port areas for the valve shall be at least 70 percent of the adjacent full pipe area. Valve body seats consisting of nickel for valves 3 inches and larger shall be constructed of a welded-in overlay of not less than 90 percent pure nickel. Upper and lower journal bearings shall be replaceable, sleeve-type, corrosion-resistant, and permanently lubricated. Packing shall be self-adjusting chevron type replaceable without disassembling the valve. Valves shall have a minimum pressure rating of 150 psi. 2.03 PRODUCT DATA Manufacturer’s product data shall be submitted in accordance with Section 01300 Submittals. PART 3-EXECUTION 3.01 INSTALLATION Valves shall be provided with the seat downstream from pumps. **END OF SECTION” 151 IO-2 SECTION 16000 GENERAL ELECTRICAL PROVISIONS PART I- GENERAL 1.01 DESCRIPTION A. SCOPE: This division includes the providing all material, labor, equipment, tools, testing and services necessary to provide a complete and operable electrical system. B. WORK INCLUDED: - -. The electrical work shall include, but not be limited to, the following as shown and -- specified: - 1. Provide new telemetry equipment as detailed in the specifications herein and interconnect as per block diagram. 2. Provide a new bubbler system including compressors, pressure switches, solenoid valves, tubing and control in single enclosure. 3. Provide new controls and Main Service Center as shown on the plans and provide a new operational control system using the “Micromac 2300” controller unit. 4. drawings. Provide power, control and signal conduits and wiring as shown on the 6. Ground all metal raceways, enclosures, motor frames, receptacles and miscellaneous equipment. 7. Clean, test, adjust and leave the complete installation in working condition acceptable to the Engineer. 1.02 QUALITY ASSURANCE A. PERFORMANCE AND DESIGN REQUIREMENTS: I. PREQUALIFIED MANUFACTURER’S FOR MAIN SERVICE CENTER: Equipment to be furnished under this division shall be the product of firms regularly engaged in the design and manufacture of the type of item specified, possessing the required technical competence, skill, resources and ability to complete the work specified herein with the requisite degree of quality in a timely and efficient manner. The Contractor shall be prepared to adequately document the qualifications of the manufacturers nominated to 16000-l provide the equipment specified under this division other than those listed as follows: NAME OF CONTRACTOR CONTACT PHONE I. ROCKWELL ELECTRIC COMPANY Tom Klein (760) 489-6767 2. ELECTRICAL CONTRACTORS, Inc. Jim Collins (760) 489-6790 If a substitute is being considered, all documentation shall be submitted a minimum of I week prior to the bid opening date to the Engineer for consideration. Provide Contractor’s name, personnel, last 10 jobs completed, and a written letter indicating why the Contractor feels he is qualified to provide the electrical services under this contract. The Engineer reserves the right to reject any proposed Contracator not meeting his complete satisfaction. Nothing contained within these provisions shall be construed as relieving the Contractor of his responsibility for any portion of the work covered by this division, 2. ARRANGEMENT: The electrical drawings are generally diagrammatic and the location of outlets and equipment are approximate unless detailed or dimensioned. The exact locations and routing of cables and conduits shall be governed by structural conditions, physical interferences and the location of electrical terminations on equipment. The Contractor shall examine the mechanical plans and shop drawings for the various equipment in order to determine exact routing and final terminations for all raceways and cables. Allowance has been made in the design for the number of raceways, cables and conductors considered adequate for supplying the various equipments. These circuits and diagrams are based on available data pertaining to the particular design of equipment and portray the systems which the owner has chosen to effect the required operation and level of control. Equipment provided by the Contractor (even though of the make and model specified) may differ in detail, arrangement, and/or connections from that shown. If the Contractor uses equipment which differs from the equipment shown in major aspects and requires modifications to power, control or other electrical service, the Owners acceptance of the equipment will be based upon the Contractor providing the modifications required, and they shall be of the same quality as shown and shall be provided at no additional cost to the District. 3. SEISMIC CONSIDERATION: All structures shall be designed in accordance with the requirements for seismic Zone 4 of UBC and/or SEAC. Each piece of equipment installed shall be anchored to resist a minimum lateral seismic force of 40 percent of the operating weight of the equipment. This force shall be considered acting at the center of gravity of the piece under consideration. Vibration isolated equipment shall be provided with snubbers capable of retaining the equipment in its designated location without any material failure or deformation of the snubbers when exposed to a vertical or horizontal force at the contact surface equal to 100 percent of the operating weight of the equipment. Air gaps between retainer and equipment base shall not exceed 114 inch. 16000-2 All raceways, ductwork, accessories, appurtenances, etc., furnished with equipment shall be anchored to resist a lateral seismic force of 40 percent of its operating weight without excessive deflection. This force shall be considered acting at the center of gravity of the piece under consideration. Calculations and shop drawings shall be submitted for all anchorage details. All calculations must be made and signed by a registered engineer. In as much as all anchorage of equipment is to be made of poured-in-place concrete elements, it is imperative that all types of anchorage by coordinated with the concrete contractor so that anchorage may be installed at the time of concrete placement. If calculations and anchorage details are not submitted prior to placement of the concrete, the Contractor will become responsible for any strengthening of concrete elements because of superimposed seismic loading. B. OPERATING REQUIREMENTS: I. PERMITS: The Contractor shall pay for permits, inspections and other costs incidental to providing electrical installations. 2. CONTRACTOR’S RECORD DRAWINGS: The Contra& shall maintain an accurate and neatly marked set of record as-built drawings at the construction site showing the installed location and routing of all electrical equipment, motors, conduits, cables, junction boxes, pull boxes, outlets, and interconnection circuits, etc., and the current status of control circuits as reflected on the control diagrams. The Contractor shall provide to the Engineer, two copies of the as-built drawings at the completion of construction. 3. INSPECTION: The Contractor shall cooperate with the Agency and shall provide assistance at all times for the inspection of the electrical work performed under this contract. He shall remove covers, operate machinery, or perform any reasonable work which, in the opinion of the owner, will be necessary to determine. the quality and adequacy of the work. C. STANDARDS: All electrical work, including connection to electrical equipment integral with mechanical equipment described elsewhere in these specifications, shall be performed in accordance with the latest published regulations of the following codes and standards: Federal standard Sate and local codes and ordinances and inspecting authorities The National Board of Fire Underwriters National Fire Protection Association Underwriters Laboratories Inc. (UL) National Electrical Manufacturers’ Association (NEMA) American National Standards Institute, Inc. (ANSI) 16000-3 Institute of Electrical and Electronics Engineers (IEEE) Insulated Cable Engineers Association (ICEA) State Department of Industrial-Safety (OSHA) State Public Utilities Commission National Electrical Code (NEC) latest version for all items not specifically covered by state or local ordinances JIG, standards Nothing in these special provisions or on the drawings shall be interpreted as permission or direction to violate any governing code or ordinance. Materials and equipment used in the performance of the electrical construction shall be fully UL approved for the class of service for which they are intended. - When two or more codes or regulations are in conflict, the more stringent requirement will govern. 1.03 SUBMITTALS A. GENERAL. Submittals for all electrical equipment and materials provided under this project shall be prepared and submitted to the Engineer in accordance with Section 01300 Submittals. The Contractor shall provide to the Engineer a material list showing all electrical materials for the project with manufacturers names and model numbers, including electrical equipments requiring extensive shop drawings. The submittal package for each individual equipment or groups of related equipment shall be complete and in accordance with requirements listed below. Partial submittals will not be accepted. As a condition precedent to the review of submittals required under these specifications, the Contractor shall furnish the manufacturer’s statements accepting unit responsibility of all components specified under the specific technical specification, but also to provide sole source responsibility for system performance and maintenance. Not withstanding these provisions, however the Contractor is not relieved of his responsibility for the indicated portions of the work. The following, as a minimum, shall be submitted: I. Manufacturer and manufacturer’s type and designation. 2. Manufacturer’s catalog date indicating rated capacity, efficiency, rated output and other characteristics. 3. Any exception to these specifications along with justification for each exception. 4. Plan and elevation shop drawings including weights, dimensions, component lay-outs and anchoring provisions in accordance with seismic requirements. 16000-4 5. Schematic wiring diagrams. The Contractor shall submit his own schematics to accomplish the control as shown on the drawings. Note that the schematics deviate substantial from the standard ‘predesigned’ lift station schematic. 6. Connection and interconnection wiring diagrams showing actual wiring including terminal blocks and remote devices. 7. Parts list with material of construction. 8. Installation requirements, showing various clearances required. 9. Details of all appurtenances to be furnished with the specified item. B. ADDITIONAL INFORMATION TO BE PROVIDED I. The Contractor shall provide wiring and interconnection wiring diagrams which shall show terminal blocks of all distribution and control assemblies, all power, control and signal raceways, junction and pull boxes, all devices, and all interconnecting wiring. Diagrams shall show conductor tag numbers, control wire color code as applicable, and power wire and cable sizes. 2. Operation and maintenance data. 3. Maintenance Manuals 4. Installation certificates. I .05 SHIPMENT The major equipment items as listed in this provision and furnished under this contract shall be shipped in sealed, weather-tight, enclosed conveyances in a manner designed to protect the equipment against damaging stresses during transport. 1.06 STORAGE OF EQUIPMENT AND MATERIALS All materials and equipment shall be stored as required to protect them from damage. Equipment and materials to be located outdoors may be stored outdoors if protected against moisture condensation. Equipment and materials to be located indoors shall be stored indoors and sealed with plastic film wrap. Equipment shall be stored at least 6 inches above ground. Temporary power shall be provided to energize space heaters or other heat sources for control of moisture condensation. Space heaters or other heat sources shall be energized without disturbing the sealed enclosure. 16000-5 PART 2 - PRODUCTS 2.01 MATERIALS All material and equipment shall be new, free from defects, of current manufacture, and of the quality specified or shown, and shall be listed by the Underwriters Laboratories Inc. (UL) for the purpose for which it is to be used where such listing has been applied by UL to similar products. Each type of material shall be of the same manufacture and quality throughout the work. 2.02 CORROSION PROTECTION Unless othetise noted, all equipment and appurtenances provided under this section shall be treated with zinc phosphate, bonderized or otherwise given a rust- preventive treatment, then primed and painted with a durable enamel finish. Minimum dry film thickness shall be 3 mils. The Contractor shall ensure that all panels or enclosures - specified to be painted in this section shall match in color to ANSI 61, gray for all exterior surfaces and flat white on all interior surfaces. Non-conforming panels shall be repainted. Field painting of all equipment shall conform to the procedure of outline in applicable sections of this project manual that specify painting and finishing. Galvanizing, where specified, shall conform to the applicable division of the specifications. Galvanized equipment and appurtenances shall not be shop primed or painted but will be field painted as specified. 2.03 NAMEPLATES Where specified, nameplates shall be laminated, white, phenolic plastic. The nominal size of the nameplate shall be 314 inch high by 2 inches long by I/16 inch thick, 3-ply, beveled and satin finished conforming to NEMA ES-l. Nameplates shall have white backgrounds with 3116 inch black letters. Nameplate engravings shall be submitted to the Engineer prior to manufacture as part of the submittal process. PART 3 - EXECUTION 3.01 INSTALLATION The Contractor shall cause each item of electrical equipment and/or equipment provided as a part of this project to be installed, aligned and tested by skilled workmen to the tolerances recommended by the equipment manufacturer. All equipment work under Division I6 shall be performed in accordance with the National Electrical Code, any applicable local code and in accordance with these specifications. Where a conflict exists, the more stringent requirements shall prevail. All equipment shall be located and installed so that it will be readily accessible for operation and maintenance. The Owner reserves the right to require minor changes in location of outlets and/or equipment, prior to roughing in, without incurring any additional cost or charges. 16000-6 3.02 TESTING AND START-UP A. GENERAL: The Contractor shall furnish all labor, materials, instruments and tools to make all connections for testing, and start-up. All electric power, fuel, water, supplies, and utilities required for all tests shall be provided by the Contractor. All equipment shall be demonstrated as operating properly prior to the acceptance of the work. These tests shall be made in the presence of the Owner and the results recorded by him. All deficiencies and/or unsatisfactory conditions as determined by the Owner or inspecting authorities shall be corrected by the Contractor in a satisfactory manner at his own expense. B. PROTECTIVE DEVICES: - -- All protective devices shall be properly set and operative du?ng the testing period. Before testing and energizing a system, all necessary precautions shall be taken to ensure the safety of personnel and equipment. All conductors and all electrical equipment shall be properly insulated and enclosed. All enclosures for conductors and equipment shall be properly grounded. Insulation resistance measurements shall have been made and approved on all conductors and energized parts of electrical equipment. C. INSPECTION OF SPLICES: Splices and connections in conductors No. 6 AWG and larger shall be inspected by the Inspector after the splices have been made and prior to application of any tape. Refer to Section 16120-2.04 for description of method of splicing. D. PRELIMINARY TESTING: After the visual inspection of splices and connections and the application of tape and other insulating materials, all sections of the complete system of wiring shall be thoroughly tested for shorts and grounds. The Contractor shall correct all defects. E. INSULATION RESISTANCE TESTS: 1. WIRE AND CABLE: All wires and cables to be used as feeders, branch circuit wiring, control circuits and other wiring shall be tested with an insulation resistance tester rated 500 volts D.C. and capable of measuring 100 megohms (Biddle Company Megger). Single-conductor wires and cable shall have a resistance to ground not less than IO megohms, and conductors of multiple-conductor cables not less than I megohms to ground. 2. TESTS: The insulation resistance of each circuit phase-to-phase and phase- to-ground shall be measured for the following: a. Motor and motor controller circuits shall be measured with the motor disconnected. 16000-7 b. Control circuits shall be measured with pushbuttons, controlling relays, instruments, overcurrent devices, and the like connected. F. EQUIPMENT TESTS: I. PHASE ROTATION: The connections of all equipment shall be checked for correct phase rotation. Phase connections for equipment shall be A, B, C, counting from front to back, top to bottom, and left to right as viewed from the operating mechanism side. 2. CIRCUIT BREAKERS: The following tests shall be performed: a. Inspect each circuit breaker. b. Check for loose connections. C. Operate each circuit breaker manually. d. Set the adjustable trips to the valves specified. G. MOTOR INSULATION TESTING: Each polyphase motor shall have its insulation resistance to ground measured with 1000 volt “Megger” prior to connection. Values of resistance of less than IO megohms shall be cause for equipment rejection. The Contractor shall verify the motors are connected to rotate in the correct direction. Verification may be accomplished by momentarily energiring the motor, provided the Contractor confirms that neither the motor nor the driven equipment will be damaged by reverse operation. The full load current measurement on each phase shall be measured with the motor running at maximum operating load. H. FUNCTIONAL CHECKOUT: Protective devices shall be adjusted and operative during the testing period. Prior to start-up of each piece of equipment or system, the Contractor shall perform a functional checkout on control circuits. The checkout shall consist of energizing each control circuit and operating each control, alarm, or malfunction device, and each interlock in turn to verify that the specified action occurs. This may be performed with the motor connected or disconnected. The Contractor shall prepare detailed descriptive procedures used to test each drive or system. The functional checkout procedures shall be provided to the Engineer for approval before the checkout is performed. After the checkout has been performed, a signed and dated copy of the test results shall be provided to the Engineer. 16000-8 I. THERMAL OVERLOAD PROTECTIVE DEVICES: ‘. For each motor the Contractor shall compile the following data in neatly tabulated form. Data shall be obtained form the equipment as provided on the job. I. Equipment driven. 2. Nameplate amperes. 3. Service factor. 4. Overload device catalog number. 5. Overload device current range and setting. 3.03 NAMEPLATES: - Nameplates shall be provided on motor controllers, motor control centers, - disconnect switches, magnetic starters, relays and control stations. Nameplates shall be fastened using self-tapping stainless steel screws. The use of adhesive type will not. be permitted. l * END OF SECTION * 16000-g SECTION 16110 RACEWAYS, FITTINGS, AND SUPPORTS PART 1 - GENERAL 1 .Ol DESCRIPTION A. SCOPE This section provides specifications for all raceways, wireways, raceway supports. B. TYPE: - -. All raceways above ground shall be rigid galvanized steel conduit unless otherwise noted. _ 1.02 QUALITY ASSURANCE: A. STANDARDS: The conduits, fittings and supports shall be conform to the following standards where applicable: 1. Federal Specifications Ww-C-581 and WC-l 094A 2. ANSI Standard C80.1 3. UL Standards 6,360 and 651 4. NEMA Standards FB-1, TC-2 and TC-6 1.03 ENVIRONMENTAL CONDITIONS The raceways, fittings, and supports located in and around the wet well area shall be suitable for Class I, Division I, Group D locations. 1.04 SUBMITTALS Submittals shall comply with the provisions set forth in Section 16000. All of the material shall be submitted in one complete submittal in accordance with Section 01300 Submittals. Submittals shall include the following data, drawings, and description of materials. 1. Manufacturer and manufacturers type and designations for each equipment item. 2. 3. List of construction material for all conduits, fittings, supports and + accessories. Any exception to these specifications along with justification for each accessory. 16110-l , .‘. PART 2 - MATERIAL 2.01 MATERIAL A. RACEWAYS: 1. GENERAL: All raceways shall be rigid galvanized steel conduit unless otherwise indicated on the drawings or in these specifications. Explosion proof conduits and fittings shall be employed in hazardous locations. Final raceway runs to electrical equipment on machinery requiring flexibility or that is subject to vibration shall be liquidtight flexible metal conduit. All fittings and supports installed in exposed locations shall be galvanized. Minimum size of all conduits shall be 3/4 inch except PVC conduits which shall be 1 inch, unless noted otherwise. - -. 2. RIGID GALVANIZED STEEL CONDUIT: Rigid galvanized conduit shall be zinc coated both inside and outside after fabrication by hot-dip galvanizing. The - threads shall also be hot-dip galvanized. - 3. PVC CONDUIT: Nonmetallic conduit shall be high impact polyvinyl chloride (PVC), Schedule 40. The nonmetallic conduit shall be corrosion resistant. Tensile strength shall be 6000 psi minimum, and compressive strength shall be 9000 psi minimum. The material shall have a smoke emission rate of not more than 5.1 grams/l 00 grams by the Arapahoe smoke chamber test. 4. LIQUIDTIGHT FLEXIBLE METAL CONDUIT: Liquidtight conduit shall be formed from spirally wound galvanized steel strip with successive convolutions securely interlocked, jacketed with a liquidtight plastic cover. Minimum size shall be 314 inch. B. FITTINGS: 1. RIGID STEEL CONDUIT FITTINGS: Fittings used with rigid galvanized steel conduit shall be hot-dip galvanized. Locknuts shall be extra heavy galvanized steel for sizes through 2 inches. Locknuts larger than 2 inches shall be galvanized malleable iron. Bushings shall be galvanized malleable iron with insulating collar. Grounding bushings shall be of the locking type and shall be provided with feed- through compression lugs for securing the ground cable. Unions shall be galvanized ferrous alloy types UNF or UNY. Threadless fittings shall not be utilized with rigid galvanized steel conduits. Expansion fittings in embedded runs shall be of the watertight type and shall be provided with an internal bonding jumper. The expansion material shall be neoprene and allow for %-inch movement in any direction. 2. PVC CONDUIT FITTINGS: Fittings used with PVC conduits shall be of the PVC solvent-weld type and shall be of the same material as the conduit. Expansion fittings shall be provided as recommended by the manufacturer. 161 IO-2 3. LIQUIDTIGHT CONDUIT FITTINGS: Fittings used with liquidtight conduit shall have cadmium-plated malleable iron body and gland-nut, brass grounding ferrule threaded to engage conduit. These fittings shall also use spiral and “0” ring seals around the conduit, the box connection and insulted throat. Forty-five and go-degree fittings shall be used where applicable. C. WIREWAYS: All wireways and auxiliary gutters shall be JIC sectional flange oiltight type with. hinged covers. Minimum size shall be 6 inches by 6 inches unless otherwise noted. All wireways shall be painted. D. RACEWAY SUPPORTS; 1. GENERAL: Raceway support systems shall be designed to provide a factor of safety of no less than five. - -. 2. CONDUIT SUPPORTS: Conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting back where required. 3. CEILING HANGERS: Ceiling hangers shall be adjustable galvanized carbon steel pipe hangers. Straps or hangers of plumber’s perforated type will not be acceptable. Hanger rods shall be l/2-inch minimum galvanized all-thread rod and shall meet or exceed ASTM A193-B7 and ASME Boiler and Pressure Vessel Code specifications. Trapeze, rod type hangers shall not be loaded in excess of 700 pounds per rod. Where loading exceeds this value, rigid frames shall be provided. 4. RACKS: Racks shall be constructed from framing channel. Channels and all associated hardware shall be steel, hot-dip galvanized after fabrication of the channel. Field cuts shall be painted with zinc-rich paint. Channels attached directly to building surfaces shall be 14-gage minimum material l-5/8 inches wide by 13/16 inch deep. All other channels shall be 12-gage minimum material I-518 inch wide by l-5/8 inch minimum depth. Racks shall be designed to limit defection to l/360 of span. All exposed ends of framing channel shall be covered with manufacturers standard plastic inserts. PART 3 - EXECUTION 3.01 INSTALLATION A. CONDUIT Exposed conduits shall be run on supports spaced not more than 8 feet apart and shall be constructed with runs parallel or perpendicular to walls, structural members, or intersection or vertical planes and ceiling. No conduit shall approach closer than 6 inches to any object operating above the rated temperature of its cable temperature. Conduit supported directly from the concrete structure shall be spaced out at least l/4 inch using one-hole hot-dip galvanized malleable iron straps with nesting backs or, if three or more conduits are located in a parallel run, they shall be spaced out from the wall approximately 5/8 inch to 1 inch by means of framing channel. Runs of individual 16110-3 conduit suspended from the ceiling shall be supported with galvanized wrought steel pipe hangers. Where three or more conduits are suspended from the ceiling, suitable steel racks shall be constructed subject to submittal to the Engineer for review. Conduit rack supports shall be secured to concrete walls and ceilings by means of cast-in-place anchors in accordance with the -structural section of these specifications. Individual conduit supports may be similar to cast-in-place anchors, die-cast, rustproof alloy expansion shields or cast flush anchors. Wooden plugs, plastic inserts or gunpowder-driven inserts shall not be used as base to secure conduit supports. Welding, brazing or otherwise heating of the conduit is not allowed. Plumbers perforated tape shall not be used for any purpose. -. Where required for ease of pulling and as necessary to meet code, the Contractor shall provide cast junction or pull boxes even though not shown on the drawings. The Contractor shall limit the number of equivalent go-degree bends to three in any run between pull boxes. Runs shall be limited to 400 feet, less 100 feet for each equivalent go-degree bend in the run. Bends and offsets shall be avoided where _ possible, but where necessary, shall be made with an approved hickey or conduit bending machine, or shall be factory performed bends. - All conduit entering sheet steel boxes or cabinets shall be secured by locknuts on both the interior and exterior of the device and shall have an insulating bushing provided over the conduit end. All conduit entering NEMA 12 boxes shall be terminated with a raintight hub having an insulated liner. All surface mounted cast boxes and .plastic enclosures shall have threaded hubs. All joints shall be made with standard threaded couplings or specified unions. Metal parts of plastic control stations shall be bonded to the conduit system. Running threads shall not be used in lieu of conduit nipples, nor shall excessive thread be used on any conduit. The ends of all conduit shall be cut square, reamed and threaded with straight threads. Rigid steel conduit shall be made up tight and without thread compound. Male threads on rigid steel conduit shall be coated with electrically conductive zinc rich paint. Threading shall be done with dies, with the guide sleeve bored out to allow for increased diameter of the PVC coated conduit. Conduit shall be made with the next larger bend or next larger shoe bushed for proper fit. Wherever conduits penetrate concrete wall panels to outdoors or as shown, the Contractor shall detail the required mountings. He shall locate and use a galvanized pipe sleeve for passage of the conduit. A compression type seal shall be used to form a complete watertight installation. The installation design shall be submitted to the County. Liquid-tight conduit shall be used for all motor connections as detailed. Where flexibility is required for.electrical raceways on equipment, liquid-tight conduit shall be used in accordance with JIC standards, these specifications, and the local inspection agency. The maximum length of flexible conduit shall be as required by NEC. Each conduit passing from a hazardous area into a nonhazardous area shall be provided with a sealing fitting which may be located on either side of the boundary. The seal shall be installed at the boundary and in accordance with NEC requirements. The seal shall be UL approved and shall be filled with approved sealing compound of the same manufacturer. 16110-4 The Contractor shall exercise the necessary precautions to prevent the lodging of dirt, concrete or trash in the conduit, fittings and boxes during the course of construction. Each conduit shall be identified at each end with a permanent noncorrosive metal marker. Designation shall be pressure stamped into the tag. The conduit identification shall be the designated conduit number as shown. l * END OF SECTION ** 16110-5 SECTION 16120 WIRE AND CABLE PART 1 - GENERAL 1 .Ol DESCRIPTION A. SCOPE: This section provides specifications for all wire and cable used for electrical current conductors. B. TYPE: - _. All conductors shall be copper, type B stranded. The minimum sizeof conductors shall be No. 12 AWG for power, No. 14 AWG for control wiring, and No. 16 for analog signal wiring unless noted otherwise. 1.02 SUBMITTALS Submit information on each size and type of wire and cable used. Submittals shall comply with the provisions set forth in Section 16000. PART 2 - PRODUCTS 2.01 CONDUCTORS A. SINGLE CONDUCTORS: Conductor insulation shall be 600 volt, NEC type THWN or XHEW. B. CONDUCTOR COLOR: Insulated conductors shall be color coded as follows: System Service Color 230, 3 phase Phase A Black Phase B Red Phase C Blue 12OV, 1 phase All All L Control Ground Black Violet Green All neutrals shall be white. 16120-I The same color conductor shall be connected to the same phase throughout for a particular voltage level. On cable No. 4 AWG and larger, black may be used with colored 3/4-inch vinyl plastic tape for 6 inches at each end at all terminations and in pull boxes. C. PORTABLE CORD: Cord shall be NEMA type SO or ST0 with NEMA Class G copper stranding. Cords larger than No. 2 AWG shall be National Bureau of Mines, Type G. All cords shall contain an equipment grounding conductor. Rubber covered multiconductor cable shall not be used on stationary industrial equipment for any voltage exceeding 250 volts AC, nor shall it be used for connections to any motor rated l/4 horsepower or larger. For these purposes, JIC E12.4.4 through E12.4.8 and E13.3 shall apply, except that fittings references in E13.3.3 shall apply. Portable cord for supply to permanent installations, such as pumps or cranes shall have a wire mesh cord grip of flexible stainless steel wire to take the tension from the cable termination. Weatherproof strain relief fittings shall be used for all connections. - -. _ Forty-five-degree and go-degree connectors shall be used where applicabk to prevent unnecessary strain on cords. Flexible cords feeding submersible motors shall be similarly protected, but the cord shall be of a non-wicking neoprene construction. D. CONTROL CABLE: The cable shall be Type SO extra flexible and shall consist of No. 14 copper conductors insulated for 600 volt service. The overall jacket shall consist of 7/64-inch neoprene minimum. The number of conductors shall be as shown on the drawings. E. PANEL CABLE: Cable for panel wiring shall be 600 volt, NEC Type MTW rated 90 degrees C, and shall be flame, moisture and oil-resistant polyvinyl chloride insulated machine tool wire. Panel cable shall not be used in conduits and shall not be smaller than No. 14 AWG. F. SHIELDED CABLE: Instrumentation cable shall be single twisted No. 16 AWG shield pair or multiple twisted No. 16 AWG shielded pair cable. Conductors shall be coated copper per ASTM 833, Class B strand. Insulation shall be 20 mils, cross-linked polyethylene rated 300 volts. Each conductor shall be color coded, and each pair shall be number coded. Insulation shall meet electrical and physical requirements of IPCEA S-66-524. The assembled pairs shall have a 100% shielded aluminum\mylar tape shield with a tinned copper drain wire over it. The assembly shall be covered with a polyethylene jacket per IPCEA S-19-81. Cables indicated as direct burial type shall be suitable for such use and shall be furnished and installed in one continuous length requiring no running splice. 16120-2 2.02 GROUNDING Provide grounding with conduits by provide full 5 threads on all rigid galvanized steel conduits to all new equipment. All grounding surfaces shall be thoroughly cleaned before connection. All conduits shall be grounded directly or through equipment frames and ground buses connected to the grounding system. In addition to the conduit system, all equipment having 120/230 volt supply shall be grounded to the supply source ground bus by a green insulated code sized ground conductor installed in the conduit with the phase cables. Ground conductors for small panels and equipment shall be of same size as associated conductors. Supplementary grounding of motor frames to the conduit system shall be accomplished with a ground clamp on the rigid conduit system of the feeder and by connection to the motor frame with a ground cable as shown. 2.03 WIRE AND CABLE CONNECTORS - All connectors shall be of the one-piece tool applied compression type of the correct size and UL listed for the specific application . Connectors for copper shall be tin- plated electrolytic copper. Connectors for wires No. 10 AWG and smaller shall be self- insulating ring tongue or locking spade terminals. Connectors for No. 8 AWG and larger shall be one-hole lugs up to size No. 3/O AWG and two hole or four-hole lugs for size No. 4/O AWG and larger. Mechanical clamp or screw type terminals shall not be acceptable. 2.04 WIRE AND CABLE TERMINATION AND SPLICING Power and control conductors shall be terminated in terminal blocks with solderless box lugs. Signal leads shall be terminated in terminal blocks with saddle-type pressure connectors capable of receiving two No. 14 AWG or smaller conductors on each point. Splices in power wiring shall be made with two compression lugs bolted together. Splices in stranded control wiring or lighting circuits may be made with compression connectors. Splices in signal wiring shall be soldered. All conductors shall be tagged at each end in motor control centers, control panels, and control stations with a legible permanent coded wire-marking sleeve. All conductors shall be identified in each manhole, handhole and pull box. Field conductors shall be similarly tagged at each end except that each conductor termination shall have its marking sleeve imprinted with terminal identification for both ends of the conductor. A schedule shall be provided with the as-built drawings correlating these wire markings. All splices and terminations for No. l/O AWG cable, and larger, shall be inspected by the Owner prior to and after insulation is applied. Terminations at polyphase motors shall be made by bolt connecting the lugged conductors and then applying rubber filler tape and two l/2-lapped layers of vinyl tape to equal or exceed the thickness of conductor insulation. 16120-3 2.05 PORTABLE CABLE FITTINGS Portable cable fittings for terminating the cable shall provide a water tight seal between the cord and the terminator and between the terminator and mounting hub. The cable terminator shall be provided with a neoprene liner which grips the cord jacket when the back nut on the fitting is tightened. In addition, on all pendant cord applications and other applications where called for, a stainless steel wire mesh cord grip shall be provided as an integral part of the cord terminator. 2.06 PULLING LUBRICANT All cables shall be properly coated with pulling compound recommended by the cable manufacturer before being pulled into conduits so as to prevent mechanical damage to the cables during installation. Other lubricants to be substituted must be accompanied by a statement from the cable manufacturer as to its acceptable use with the cable being installed. - _. 2.07 WIRE MARKERS - -. Each power and control circuit conductors shall be identified at each terminal to which it is connected with legible permanent coded marking sleeve. Sleeves shall be yellow or white tubing, sized to fit the conductor insulation, with machine printed black marking. Adhesive strips are not acceptable. In each manhole, handhole and pull box, each conductors shall be similarly marked with a split sleeve, machine marked so the identification can be made using groups of letters and numbers. PART 3 - EXECUTION 3.01 GENERAL Care shall be exercised in pulling wire and cable into conduit so as to avoid kinking, putting undue stress on the cables, or otherwise abrading them. No grease will be permitted in pulling wire or cable. Soapstone, talc or UL listed pulling compound only will be permitted. The raceway construction shall be complete and protected from the weather before cable is pulled into it. Incoming wire in panels and motor control centers, No. 6 AWG and smaller, shall be bundled and laced at intervals not greater than 6 inches, and neatly spread into tees and connected to their respective terminals. Sufficient slack shall be allowed in cables for alterations in terminal connections. Lacing shall be done with plastic cable ties or linen lacing twine. Where plastic panel wiring duct is provided for wire runs, lacing is not necessary when the wire is properly installed in the ducts. Slack shall be provided in junction and pull boxes and in manholes and handholes. The longest route (not shortest) will be used for routing conductor and cables. Amount of slack shall be equal to the largest perimeter dimension of the box. 161204 Wires crossing hinges shall be made up into groups not exceeding 12 and shall be so arranged that they will be protected from chafing, bending or twisting when the hinged member is moved. 3.02 PERFORMANCE TESTS A. GENERAL After the visual inspection of splices and connections and the application of tape and other insulating materials, all sections of the complete system of wiring shall be thoroughly tested for shorts and grounds. The Contractors shall correct all defects. Each 460 volt motor shall have its insulation resistance to ground measured with 1000 volt “Megger” prior to connection. Values of resistance of less than 10 megohms will not be acceptable. 16120-5 SECTION 16130 JUNCTION AND DEVICE BOXES AND FITTINGS PART 1 - GENERAL 1 .Ol DESCRIPTION A. SCOPE: This section provides specifications for all electrical junction boxes, device boxes, fixture support boxes, floor boxes terminal cabinets and fittings. B. TYPE: - Unless otherwise listed, all junction boxes, device boxes, fittings, etc., shall be hot- dip galvanized cast ferrous alloy type. -. 1.02 SUBMITTALS Submittals shall comply with the provisions set forth in Section 16000. PART 2 - PRODUCTS 2.01 MATERIALS Junction boxes, device boxes, fixture support boxes, oblong, round and rectangular conduit fittings shall be hot-dip galvanized cast ferrous alloy. Integrally cast threaded hubs or bosses shall be provided for all conduit entrances and shall provide for full 5-thread contact on tightening. Drilling and threading shall be done before galvanizing. The cover plant shall be of similar hot-dip galvanized cast ferrous alloy material. A full body neoprene gasket and type 316 stainless steel screws shall be provided for all covers. Hubs for connection of conduit to sheet steel junction, device or terminal boxes shall be made of cast ferrous alloy, electroplated with zinc, and shall have insulating bushings. the hubs shall utilize a neoprene IO”-ring and shall provide a watertight connection. 2.02 EQUIPMENT A. JUNCTION AND DEVICE BOXES: 1. OUTLET AND SWITCH BOXES: Outlet and switch boxes shall be FS or FD boxes as manufactured by Crouse-Hinds, Appleton, or equal. Boxes shall be provided with blank covers for all unused openings. 16130-l 2. GANGED BOXES: Outlet and device boxes shall be ganged where two or more devices are located together. Device covers shall be ganged for gang boxes and shall be gasketed with suitable neoprene gaskets to fit the devices and box used. 3. FLOOR BOXES: Floor boxes shall be hot-dip galvanized cast boxes with a NEMA 4 rating. the boxes shall be provided with a recessed ring neoprene gasket, hot-dip galvanized steel checker plate covers, and type 316 stainless steel machine screws of not less than l/4 inch diameter, The cover screws shall be flat head type or recessed socket head screws with no material projecting from the face of the cover. 4. SHEET STEEL BOXES: Boxes larger than FD boxes shall be fabricated from code gage steel, finished inside and out as specified for terminal cabinets. Before finish is applied, a grounding pad drilled for two bolted grounding lugs or a grounding stud shall be welded to the inside of the box. All hardware shall be 316 stainless steel. Boxes shall, as a minimum, meet NEMA 12 and JIC requirements and shall be NEMA 4 where exposed to the weather or dripping water. - -. 5. EXPLOSIONPROOF BOXES AND FITTINGS: In all Class I, Division _ 1 and 2, hazardous areas, boxes and fittings shall be explosion-proof and shall comply with Article 500 of the NEC. Seals for conduit systems in hazardous atmosphere locations shall be of hot-dip galvanized cast ferrous alloy, and each seal shall be of a suitable configuration for the individual circumstance. Sealing compound shall be UL listed for explosion-proof sealing fittings and shall be of the same manufacture as the fittings. 6. BOXES IN ARCHITECTURALLY FINISHED AREAS: Boxes in architecturally finished areas which are indoors and above grade may be electrogalvanized sheet steel with electrogalvanized hardware. The minimum box size shall be 4 inches square. 7. BOXES IN CORROSIVE AREAS: Boxes and fittings located in corrosive areas shall. be NEMA 4X. This material shall be fiberglass reinforced polyester with minimum properties as follows: a. Compressive strength: 28,000 psi. b. Flexural strength: 15,000 psi per ASTM D790 and D675. C. d. Tensile strength: 12,000 psi per ASTM D638. Flame-resistant and self-extinguishing per ASTM D635. All conduit entries shall use ferrous alloy hubs with 40 mil epoxy coating. All conduit entering plastic boxes and any exposed metal on plastic boxes which is not isolated from the interior of the box shall be bonded together with a suitable grounding conductor. 8. TERMINAL CABINETS: Terminal cabinets shall, as a minimum, meet NEMA 12 and JIC requirements, shall be code gage sheet steel, and shall be provided with hinged doors. All cabinets exposed to weather or dripping water shall meet NEMA 4 requirements, All cabinets except those located in electrical equipment rooms shall be finished inside and out with a powered resin thermosetting system resistant to 16130-2 abrasion, moisture, acids, alkalies, high temperatures and flame. Exterior color shall be gray ANSI No. 61. Terminal cabinets shall be provided at all locations where splicing of control cables is required. Similar cabinets with a mounting panel shall be provided for mounting miscellaneous field equipment when required. All terminal cabinets shall be equipped with terminal blocks. Before finish is applied, a copper grounding pad for a two- bolt ground lug or grounding stud shall be provided inside of these terminal cabinets. All hardware shall be type 316 stainless steel. B. FITTINGS: The fittings used with various types of boxes shall be of a compatible material. PART 3 - EXECUTION - -. Outlet and switch boxes shall be located to provide ample clearance between fixtures and pipes, beams and ducts. The location shall be verified on the job to avoid conflict with other work. Boxes shall be accurately placed and shall be independently and securely supported. Boxes shall be secured by galvanized brackets, expansion bolts, toggle bolts or machine r wooden screws depending on the type of construction. Unless otherwise indicated, receptacle boxes shall be mounted 48 inches above the floor. Switch boxes shall be mounted 48 inches above the floor. l ’ END OF SECTION l * 16130-3 SECTION 16160 PILOT DEVICES PART ? - GENERAL 1 .Ol DESCRIPTION A. SCOPE: This section provides specifications for all control stations, pushbuttons, selector switches, indicating lamps, control fuses, control relays, and related control device appurtenances. 1.02 QUALITY CONTROL - The pilot devices shall be heavy-duty type suitable for installation in a sewage - pumping station. 1.03 SUBMITTALS Submittals shall comply with the provisions set forth in Section 16000. 1.04 STANDBY COMPONENTS: The following standby components shall be provided: 5 - Indicating lamps of each type 5 - Control fuses of each type 1 - Control relay of each type PART 2 - PRODUCTS 2.01 EQUIPMENT A. PUSHBUTTONS: Pushbuttons shall be heavy-duty oiltight type: lockout-stop buttons shall be equipped with an integral locking device and shall additionally be capable of receiving one 3/8-inch shackle padlock. Contact shall be rated as specified for selector switches. B. SELECTOR SWITCHES: Selector switches located in main service center, field stations (generally for HAND-OFF-AUTO or LEAD-FOLLOW operations) shall be heavy-duty oiltight type. 16160-l Switches shall be provided complete with cover, front escutcheon, handle and with the legend plate engraved by the switch manufacturer in accordance with the drawings. The manufacturers standard contact development diagram shall be submitted for each different switch arrangement required. The development diagram shall identify each switch it describes and shall call out all special operating features in addition to providing the standard contact status for each switch position. Where no callout is. given, the Contractor shall use the diagrammatic symbol to determine the type of selector to apply in conformance with the electrical symbols drawing. C. INDICATING LAMPS: Indicating lamps shall be oiltight units. Units for alternating current systems shall include a 6-volt transformer and 6-8 volt No. 44 lamp and shall be of the illuminated pushbutton type with the pushbutton wired for the push-to-test function required. Lamps for 24 volts or less DC systems shall be full voltage type. Appropriate lens caps shall be provided. D. CONTROL CIRCUIT PROTECTION: - -. Drawout indicating fuse holders and fuses shall be provided as-shown for the protection of all control circuits, Fuse holders for service at 150 volts or less shall be MIL- FO19207/2, Type FHL 11U with l/4 x l-1/4 inch ceramic tube fuse rated to interrupt 25,000 amperes at 125 volts. Fuse holders for service at over 150 volts but less than 600 volts shall be MIL-F- 19207/3, Type FHL 12U with 13/32 by l-1/2 inch ceramic tube fuse rated to interrupt 100,000 amperes at 600 volts. Fuse holders for the protection of a control circuit transformer which is also provided with an indicating secondary fuse shall be of the double porcelain type having a barrier between the fuses and shall accept the 13/32 by ‘I-1/2 inch ceramic fuse specified above. F. NAMEPLATES: Each individual controller, control station, field panel, and control device shall have a nameplate designating the function of the device and its identifying number. All relays, pressure switches, solenoid valves and similar devices mounted outside of their associated motor controller cubicle shall be identified with nameplates. All numbered instruments and devices shall be identified with nameplates. Nameplates shall be made of .1/18inch thick machine-engraved laminated phenolic having white letters not less than 5/32 inch high on black background. Equipment titles shall be completely spelled out on nameplates as shown on the drawings. The nameplate schedules shall be submitted for review and acceptance prior to inscription. Nameplates on steel panels shall be secured with stainless steel drive screws. Nameplates for identifying relays and devices that are located inside of panels may be identified with painted designation in clear space adjacent to the relay. Relays shall be identified with number as shown on control diagram and the equipment number which it controls. 16160-2 G. RELAYS: 1. RELAYS: Control relays shall be of the heavy-duty solenoid type with 10 amp, 120 VAC ratings. Each relay shall be mounted in a plug-in base and a LED indicating light. Control relays shall have a minimum of three universal or double-throw poles. ldec RR3B- UL or equal. 2. TIME DELAY RELAYS: Time delay relays shall be electronic plug-in type with programmable ranges and fully adjustable within the range by a readily accessible control. Snap action switch assemblies shall have contacts rated for more than 10 million operations at 15 amperes, 120 volts AC. ldec RTE or equal. 3. MAKE-BEFORE-BREAK RELAY: Pneumatic time delay relay with 1 N.O. and 1 N.C. convertible cartridge in addition to the instantaneous cartridges on the relay. Convertible to OFF delay in the field. Overlap contact cartridge to provide the make before break configuration. Allen-Bradley 700-PPT-Al-700-Cpl lz or equal. - 4. PHASE FAILURE-RELAY: Monitors 3-phase power lines for phase loss, low voltage, and phase reversal. The isolated relays transfer when correct voltage and phase sequence are applied to the device. Adjustable trip delay of .2 to 20 seconds to prevent nuisance tripping. Time-Mark Corp. C264 or equal. H. CONDUCTION MARKERS: . . Control circuit conductor markers shall be white or yellow heat shrinkable tubing with machine printed black marking. Tubing shall be sized to fit the conductor insulation. I. TERMINAL BLOCKS: The terminal blocks shall have ample size and capacity to accommodate required loads and shall be of the solderless compression lug type. All terminals shall be numbered and shall be provided with white fiber marking strips. PART 3 - EXECUTION 3.01 GENERAL All equipment shall be located and installed sothat it will be readily accessible for operation and maintenance. The Owner reserves the right to require minor changes in equipment or its location prior to roughing in, without incurring any additional cost. 3.02 PERFORMANCE TESTS After completion of installation, each pilot device shall be individually tested to ensure that the device is properly installed, connected and operates as required and as specified. l * END OF SECTION ** 16160-3 , .1 SECTION 16360 DISCONNECT SWITCHES AND FUSES PART I- GENERAL 1.01 DESCRIPTION A. SCOPE: This section provides specifications for all disconnect switches, fuses and associated equipment. B. TYPE: - Disconnect switches shall be the heavy-duty type, either fused or unfused as indicated on the contract drawings. -- The fuses shall be, in general, of the current limiting type with time lag elements. 1.02 QUALITY ASSURANCE A. PERFORMANCE AND DESIGN REQUIREZ’IEIITS: 1. DISCONNECT SWITCHES: Disconnect switches shall be fused or nonfused heavy-duty safety switches with line terminal shields having the electrical characteristics, ratings and modifications as shown on the drawings. The switches shall be load break, manually operated, horsepower rated, 250 volt type for 1201230 volt systems. The fused disconnect switches shall have rejection type reinforced fuse clips with RK-5 low peak, dual element fuses. The switch and fuse shall be coordinated and shall have 200,000 RMS symmetrical ampere interrupting capacity. A metal nameplate containing a permanent record of switch type, (both standard and time delay), catalog number and horsepower rating shall be furnished with each switch. 2. FUSES: The fuses shall have ratings as shown and as required for protecting downstream equipment. Fuses employed for overcurrent protection shall be in combination with load break switches. The fuses shall be of the dual type element with rejection feature. The interrupting rating shall be 200,000 RMS amperes symmetrical. Fuses employed for current limiting action shall be coordinated with circuit breaker combination. 16360-I . -- B. STANDARDS: Standards of the National Electrical Manufacturers Association. 1.03 SUBMITTALS Submittals shall comply with the provisions set forth in Section 16000. PART 2 - PRODUCTS 2.01 DISCONNECT SWITCHES - -. The disconnect switch handle shall be easily recognizable and shall be capable of being padlocked in the ON or OFF position with one padlock. The blades shall be of the visible type, with a quick make, quick break mechanism. The switch assembly plus the operating handle shall be one integral part of the enclosure base. In addition, the switches shall have interlocks that prevent unauthorized opening of the door when the handle is in the ON position. -- The disconnect switches for the main pumps shall be Square D Glass-3110, stainless steel being capable of being locked in the ON or OFF position. The disconnect housing shall be made with code gage sheet steel for NEMA 12 classification switches. 2.02 FUSES Noncurrent-limiting fuses shall contain renewable elements for ratings of 60 amperes and above. ’ Fuses employed for overcurrent protection shall be of the dual-element type with rejection feature. Fuses employed for current limiting action shall be Class L with a time delay. Blown fuse indicators shall be provided where indicated on the plans. The blown fuse indicator device shall have an actuator and contact for annunciator indication. PART 3 - EXECUTION 3.01 GENERAL All equipment shall be located and installed so that will be readily accessible for operation and maintenance. The Owner reserves the right to require minor changes in equipment location prior to roughing in without incurring any additional cost. * END OF SECTION l * 16360-2 SECTION 17000 INSTRUMENTATION AND CONTROL PART I- GENERAL 1 .Ol DESCRIPTION A. All general provisions of Section 16000 shall apply to work of this Section. B. This Section covers the general requirements for furnishing and installation of the instrumentation and control, telemerty, bubbler, and float override systems. 1.02 INSTRUMENTATION AND CONTROL - A. Provide a level controller as shown on the drawings. B. Provide an uniterruptable power supply that will provide power to the control wiring and relays as well as the autodialer and telemetry equipment. C. Provide a magnetic type “normally open“ proximity sensor switch as described herein for mounting on the check valves on the discharge of each pump. The Contractor shall coordinate the mounting of this device with the Mechanical Division to ensure that the switch is mounted according to the check valve manufacturers recommendation. This Division shall connect and calibrate the switch to ensure safe and satisfactory operation. D. Coordinate the installation of a seal failure sensor and a thermal switch in the motor for the main pumps. (The pump manufacturer shall supply). ? .03 TELEMETRY SYSTEM A. Provide a complete and operational Telemetry system (Autodialer and Telemetry) complete with interconnections to alarms as shown on the drawings. 1.04 BUBBLER SYSTEM A. Provide a complete and operational bubbler system complete with manual purging valves as shown on the drawings. 1.05 FLOAT OVERRIDE SYSTEM A. Provide a complete and operational float override system which will operate the pumping system in the event of a bubbler system failure as shown on the drawings. 17000-1 1.06 QUALITY CONTROL A. PERFORMANCE AND DESIGN REQUIREMENTS: 1. GENERAL: The Contractor shall provide power and signal isolation and conditioning as required to assure no degradation of component or system performance due to outside electrical and/or electromagnetic interference. B. STANDARDS: 1. UL requirements for machine tool wiring. 2. NEC requirements for AC power cords. 3. JIC requirements for wiring in ducts. 4. API RP550 for erection work. 5. ISA requirements for instruments. 1.07 SUBMITTALS Submittals shall comply with Section 16000. Submittals shall include the following: 1. Instrumentation and Control. 2. All Telemetry equipment (autodialer and telemetry). 3. Bubbler system. 4. Float override system. PART 2 - PRODUCTS 2.01 PROXIMITY SWITCH A. Provide a self-contained proximity switch NEMA 4X rating with up to 1.57 inch sensing head. The unit shall be PC (programmable controller) compatible with an output rating of l/2 amp continuous. Allen-Bradley Series 871-normally open or equal. 2.02 UNINTERRUPTABLE POWER SUPPLY (UPS) A. Provide a UPS. Best Power 0520-2250-U or equal. UPS shall be supplied with a bypass that allows control circuit and telemetry equipment to use 120 VAC power when the UPS is being serviced. 17000-2 2.03 TELEMETRY A. The Contractor shall provide control wiring to monitor all the following points for the Carlsbad Municipal Water District as shown on the drawings. The Contractor shall locate the alarm contacts on existing and new equipment and provide conduit and wiring as needed to provide a complete and operational system as.shown on the drawings. The Autodialer shall be RAC0 VSS-08 and the Telemetry Equipment shall be Opto 22 with the components listed on the drawings. No substitutes allowed. 2.04 AUTODIALER AND TELEMETRY PHONE LINES The autodialer shall be connected through the telephone system with a regular phone line and the telemetry system shall be connected to the phone system to the District Office via a 2-wire lease line. 2.05 BUBBLER SYSTEM - -. A. Bubbler system utilized for liquid level measurement shall be a completely -~ packaged unit. The variation in liquid level shall produce corresponding veriations in air pressure required to maintain bubbling. B. Bubbler air regulating systems shall be furnished as shown including enclosure, piping, pressure and level gauges, shutoff valves, pressure regulating valve, filter, differential pressure regulator, rotameter, and pressure switches. (Refer to equipment manufacturer list on sheet 3 of drawings for components). C. Bubbler system shall consist of a built-in duplex compressor with ‘automatic alternation and a receiving tank as shown on the drawings and/or specified in the Loop Descriptions. Bubbler system shall provide alarm contacts as shown on the drawings and/or specified in the Loop Descriptions. (Alarm contacts for future connection.) D. Enclosure shall have a % inch NPT half-coupling welded (to the outside) over a hole in the bottom of the enclosure. To this half-coupling there shall be fitted a close nipple and a corrosion resistant breather drain. E. Enclosure shall contain the electrical, electronic and pneumatic components defined in the specifications and shown on the drawings. Electrical wiring shall be in plastic wire ways, and/or tied in bundles with plastic tie wraps so as to present a neat appearance. F. Bubbler systems shall have two air compressors and a 5 gallon receiving tank with sufficient capacity to provide 0.6 SCFH at 5.5 psig with 25 percent or less duty cycle and fail circuit with automatic start of lag compressor upon failure of lead compressor. Air compressor selector switch shall be connected in such a manner that either air compressor may be selected to operate continuously. Lights shall indicate which compressor is operating and if either compressor has failed. Separate alarm contacts shall be provided to alarm compressor failure at a remote location. The bubbler air supply line from the discharge connection of internally mounted air compressors receivers shall be l% inch polyethylene tubing in order to minimize vibration. Compressor and receiver shall be ITT Pneumotive LGH Series Series or equal. 17000-3 G. A level transmitter shall be furnished and installed in the bubbler system enclosure as specified in the loop descriptions. The level transmitter shall transmit a linear 4 to 20 milliamp output signal corresponding to the liquid level to the control panels as specified. The connection from the low pressure connection on each level transmitter shall be piped to an individual bulkhead fitting on the bottom of the enclosure; a screened breather-drain shall be attached to the outside thereof. H. GENERAL The digital level controller shall consist of a unit containing a pressure transducer to measure the liquid level in the wet well and a microprocessor to automatically program and alternately sequence up to three pumps with discrete On-Off outputs for each pump and an analog output-level signal as well as high and low wet well level alarm outputs. I. TRANSDUCER The built-in transducer shall be connected to the existing bubbler type liquid - -. level sensor via a l/4” pneumatic tubing. Variations in liquid level will pro_duce variations in air pressure which shall be applied to a solid state strain guage type pressure transducer mounted within the controller unit. Linearity shall be plus or minus 0.1% repeatability and hysteresis plus or minus 0.15%, of full scale output, and temperature range-0 to+70 degrees C. J. MICROPROCESSOR The digital variable speed pump controller shall utilize a microprocessor to automatically program and alternately sequence up to three pumps with an analog output - speed reference signal for each pump as well as high and low level alarm outputs. Incoming pneumatic signal to the pressure transducer shall convert the reflected pressure into a digital signal for driving high brightness LED displays and pump control logic. Pump-in or pump-out operation and pump inhibit on low level or high level shall be switch selectable. The ability to alternate automatically two or three pumps shall also be selectable. Provide bypass for automatic alternator, so that operator can select lead pump on continuous basis. Upon power-up or return from low or high level pump lockout, the controller shall stagger the pumps on at 10 second intervals. Alarm status shall be reset automatically or latched until externally reset. The front panel of the digital controller shall provide a convenient operator interface for observation of status and programming. The l/2” high 3-digit digital LED display shall show pump and alam status. 15 additional LED’s shall provide operational information. Programming shall be accomplished by depressing the “STEP “ key. The program shall be stored in NOVRAM memory, a non-volatile memory which shall retain the program when the unit is unpowered without the use of batteries. When power is applied, the controller shall go through a diagnostic test of the processor and memory. A “SIMULATE” key shall allow simulating the level to verify the pump and alarm operating points. Additional buttons shall be provided for raising and lowering the start and stop settings. Holding the button down for a longer time shall cause the levels on the display to change faster. 17000-4 I : , Each of the following variables shall be operator selectable from the controller face: -. . High Alarm . Low Alarm l Start/Stop for Lead-Lag-Standby Pumps . Mn Speed/Max Speed for Lead-Lag-Standby Pumps . Pump Alternation Sequence K. CONTROL MODES-OPERATION SEQUENCE CAPABILITY The controller shall provide a mode of operation in which the lead pump will start and if the level continues to rise a lag pump will be called into the operation. The controller shall be a special option which recognizes when the facility is operating off of generator power, and, in this instance will only allow one pump to start and operate at a time. This feature is tributed to the generator only being capable of operating one pump. L. LEAD-LAG OPERATION CAPABILITY The controller shall also be pre-configured with the Lead-Lag-Standby mode. Upon rising level the lead pump starts once the lead start set point is reached. The pump speed shall automatically increase or decrease with wet well level. If the level continues to rise after the lead pump reaches its maximum speed, the lag start set point is reached and the lag pump starts and automaticallly increases or decreases with the wet well level- the lead pump continues to maintain it’s maximum speed operation. As the level decreases the lag pump speed decreases to the lag pump stop set point. The lag pump stops and the lead pump decreases speed with the decreasing level to the lead pump stop set point. At this point the lead pump shuts off. As the level in the wet well increases the pump which had been standby becomes the lead pump, the lead pump becomes the lag pump and the lag pump becomes standby. M. SUPPLIER Power input shall be 120 volts AC. Inputs can be any 5-l ratio or any pressure from O-34 ft. for the built-in transducer. Controller shall be built on a draw-out case 4” by 4” and 6” deep. The controller shall utilize a single chip microprocessor with low power consumption. Custom programming shall be available. Controller shall be Control Manufacturing Co., Inc. Micromac 2300. No substitute allowed. N. Air pressure gauges shall be scaled in psig. Bubbler tube level gauges shall be scaled in inches or feet of water column (WC) with minor divisions not to exceed 3 inches WC. All level and pressure gauges shall have indicating dials that are a minimum 2% inch in diameter. Level gauges shall be Ashcroft Type 1190, Marshalltown Fig. 83 or approved equal. Pressure gauges shall be Ashcroft Type 1009, Marhsalltown Fig. 23K or equal. 0 The purge air flow shall be set by a needle valve and the flow rate shall be indicated on a direct reading rotameter scale. This scale shall be in SCFM units and shall 17000-5 have a scale range of .3 to 3.0 SCFH. The differential pressure regulator and rotameter shall be a Dwyer VFA-2-BV or equal. The needle valve shall be Nupro B-4JN-PM or equal. P. The Bubbler system shall have the following mounted on the front panel: (1) (2) (3) g; (6) (7) Manual Purge Button. The rest of the valve shall be inside the panel. Selector Switch “Compressor l- Auto- Compressor 2” Compressor 1 Run and Fail Lights Compressor 2 Run and Fail Lights Low Air Indicating Light Level Gauge (For this project, reuse the existing Level Gauge on the existing panel and provide ss tubing as needed and interconnect.) Needle valve (air flow). - Q. All front panel penetrations shall be sealed and watertight. R. A set .of normally closed contacts which close on Compressor No. 1 Fail, Compressor NO. 2 Fail or low air shall be provided for reinote alarm of bubbler failure. S. The bubbler system shall have an accuracy of 0.5 percent and shall maintain this accuracy over the entire measured level range. 2.06 WIRE, CABLE AND RELATED APPURTENANCES: Panel wiring for discrete signals shall be No. 14 AWG; UL Type MTW, 600 volt, 90 C machine tool wire. 2.07 CONSTRUCTION Inside the panels, wiring shall be contained in slotted PVC wiring duct per JIC standards. Where screw terminals are provided, wires shall be lugged. Provide terminal boxes for any wiring that is to be spliced. Tag all wiring with heat shrinkable printed plastic sleeves shrunk on the individual conductors. PART 3 - EXECUTION 3.01 PROXIMITY SWITCH, SEAL FAILURE, AND HIGH MOTOR TEMPERATURE A. Coordination installation of proximity switch, seal failure and high motor temperature switch. Provide all necessary electrical work and make operational. 3.02 BUBBLER SYSTEM A. Mount the new Bubbler system in the Main Service Center in the area shown on the drawings. Interconnect electrical and pneumatic to the Control Panel. 17000-6 3.03 TESTING - BUBBLER SYSTEM . . Perform the continuity tests and insulation resistance tests as described in section 16000. Verify satisfactory alternating operation of the compressors. Verify safe and reliable operation of the manual purge valve. Ensure the manual purge valve does not permit purging air pressure into the sensitive controller in the Control Panel. Verify calibration of the Level indicator and isolation from purging pressures. Test and verify satisfactory operation by calibrating the gauges and instrument readings with actual physical level measurements in the Wet Well in the presence of County operators. 3.04 TELEMETRY - THEORY OF OPERATION The telemetry system shall continuously transmit continuously during normal - operation to verify operational integrity. Should an alarm occur, the tone shall be interrupted by the circuit being opened through an open contact. 3.05 TESTING - TELEMETRY Perform the continuity tests and insulation resistance tests as described in section 16000. Simulate an operational failure and verify in the presence of the Operation personnel the satisfactory transmission, reception and acknowledgement by the respective Agency of the phone line transmissions. Provide any operational adjustments and repair any defects or malfunctions. 3.06 TESTING - FLOAT OVERRIDE SYSTEM Provide a simulated test showing that the bubbler system has failed and that float override system operates lift station independently. 3.07 LEVEL CONTROLLER - INSTALLATION Install the controller on the control panel door as shown on the drawings and as per manufacturers instruction manual. 3.08 LEVEL CONTROLLER - PROGRAMMING The Contractor shall include in his bid allowance for programming the controller to operate the two pump system as described by Carlsbad Municipal Water District personnel and their training in the operation and maintenance of the system. l l END OF SECTION * l 17000-7 PART l-GENERAL SECTION 16020 EQUIPMENT CONTROL DEVICES 1.01 DESCRIPTION This section specifies electrical and instrumentation devices specified as part of equipment systems. 1.02 QUALITY ASSURANCE A. GENERAL: Control devices shall be listed by Underwriters Laboratories Inc, for their intended purpose where such listing has been applied to similar products. -. B. REFERENCES: -. This section references the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference Title JIC EMP-l-1967 NEMA ICS N EC-84 Electrical Standards for Mass Production Equipment Industrial Control and Systems Rev. 1978 National Electrical Code PART 2-PRODUCTS 2.01 POWER RATINGS Control devices shall be suitable for the voltage and current on the electrical and instrumentation drawings or as specified. Where more than one piece of equipment (each having its own power source) have a common control power system, provision shall be made for transferring the control power system to an active source (via uninterruptable power supply) should the main source of control power fail. 11090-l 2.02 PILOT DEVICES Electrical pilot devices including switches, relays, and contacts shall be heavy-duty industrial quality devices. Contacts which provide alarm, malfunction or control to external systems shall be rated NEMA A600 (10 amps continuous at 600 volts AC), except that pressure switches and temperature switches shall be rated NEMA B600 (5 amps continuous at 600 volts AC). Range of switches shall be that recommended by the mechanical equipment manufacturer. 2.03 ALARM AND MALFUNCTION DETECTION - Devices which are used to directly signal alarm or malfunction conditions shall be externally manually reset. The devices shall have a minimum of one contact that shall open on malfunction or alarm condition, as scheduled. Other output relays and devices shall have a minimum of one normally open and one normally closed contact that may be a NEMA Form C contact. If the contact of the device is required for internal equipment control as well as to signal alarm or malfunction conditions, then the manufacturer may make the rezet function a part of his equipments master shutdown system. However, each source of shutdown shall be shown by local trouble lights or flags which are manually reset at the equipment control panel. Trouble output contacts shall open and remain open until manually reset when equipment is shut down due to a malfunction. Trouble contacts shall not indicate abnormal conditions when the equipment has been manually shut down. Alarm and malfunction signals shall be initiated by a contact opening. 2.04 LIQUIDTIGHT CONDUIT Flexible conduit shall be liquidtight flexible metal conduit, formed from spirally wound galvanized steel strip with successive convolutions securely interlocked, jacketed with liquidtight plastic cover. Minimum size shall be l/2 inch. Fittings for liquidtight conduit shall have cadmium-plated malleable iron body and gland nut, brass grounding ferrule threaded to engage conduit spiral and O-ring seals around the conduit and box connection and isolated throat. Forty-five and go-degree fittings shall be used where applicable. Maximum length of flexible conduit shall be 36 inches. 2.06 INDICATING LIGHTS Indicating lights shall be oiltight transformer type with low voltage lamps and push-to-test features and shall be equipped with colored lenses in accordance with the following schedule: Color Red Amber (yellow) Tvpical Function Danger, abnormal condition, fault condition Attention Example Voltage applied; cycle in automatic; faults in air, water, lubricating or filtering systems; ground detector circuits. Motors running; machine in cycle; unit or head in forward position. Green Safe condition (security) End of cycle; unit or head returned; motors stopped; motion stopped; contactors open. 11090-2 White or clear Normal condition Normal pressure of air, water, lubrication. 2.07 GROUNDING A separate ground conductor shall be run in each power conduit. The conductor shall be sized in accordance with NEC Table 250-95. The conductor shall be bonded to the inside of the device junction box. Freestanding control panels shall be equipped with a X-inch by l-inch copper ground bus running the length of the panel, with the steel structure connected to the bus so as to effectively ground the entire structure. A compression fitting shall be provided at each end of the ground bus for accepting plant ground connections. 2.08 DEVICES WITH MOTOR STARTERS AND CONTACTORS Equipment which is provided with control devices having motor starters or contactors - shall also comply with the following. - A. DISCONNECT SWITCHES: Equipment shall be provided with a disconnect switch. If the disconnect switch is not located within sight of the drive, it shall be provided with a padlock hasp. The disconnect shall be a horsepower rated disconnect switch or molded case circuit breaker, except that a manual motor starter may be used for drives less than 2 kVA. Horsepower rated disconnect switches for equipment 2 kVA or greater shall be provided with UL Class RKl fuses. Circuit breaker interrupting ratings shall be 10,000 symmetrical amperes for service at 230 volts or below and shall be 22,000 symmetrical amperes for service above 230 volts unless otherwise noted. When the disconnecting device is not a circuit breaker or fused disconnect, the circuit feeding the disconnecting device shall have adequate overcurrent and short circuit protection. The main pumps shall have 3 16 stainless steel disconnect switches. The switches shall be manufactured by Square D, Model 3 110 or approved equal. The switches shall be capable of being locked in the on or off position. Switches shall be suitable for 230 volt three phase service as well as being a junction box for control wiring and float switches. B. OVERLOAD PROTECTION: Protection shall be provided for full motor running overload in ungrounded conductors for motors. C. OVERLOAD RELAY CONTACTS: Overload relay contacts shall not be connected in the line having provision for grounding. Grounding connections shall be provided in the unfused side of control circuits and shall be connected. D. POWER: I 1090-3 Power will be supplied at one voltage as shown or specified. Additional voltage requirements, such as 120 volt control power shall be derived from using the lower leg of the 230 volt power. 2.09 PRODUCT DATA The following shall be submitted in accordance with Section 01300: 1. Sufficient data for materials and components to demonstrate compliance with the specifications. 2. Location of ancillary devices, conduit, junction boxes, safety and control devices, and conduit entries for feeding or controlling the equipment. 3. Electrical elementary diagrams, internal connection diagrams, and external interconnection diagrams, drawn in accordance with JIC and/or ICS standards. Connection diagrams shall be the conventional type with lines showing point-to-point wiring and must show terminals and devices as viewed by the electrician; wireless or wire schedule types are not acceptable. 4. Process flow diagrams and process and instrumentation diagrams (P&IDS) using ISA symbols for equipment which interfaces with the instrumentation system or has internal control loops. 5. Range and setting of indicators, instruments, timers, and devices. PART 3-EXECUTION 3.01 INSTALLATION Control devices, when installed, shall comply with the requirements of the NEC and the ESO. Where these differ, the more stringent shall take precedence. 3.02 FIELD WIRING Conduit, wiring, or mounting of devices not shown on the electrical or instrumentation drawings but required for a complete and operable system shall be provided under this section. Provide number markings on each end of every wire. **END OF SECTION** 11090-4