Loading...
HomeMy WebLinkAboutCora Constructors Inc; 2015-01-15; PWS15-32UTILRECORDED REQUESTED BY CITY OF CARLSBAD DOC# 2016-0306383 I llllll lllll lllll lllll llll llllll lllll lllll lllll lllll lllll lllll Ill\ 1111 Jun 21, 2016 02:57 PM OFFICIAL RECORDS Ernest J. Dronen burg, Jr , AND WHEN RECORDED PLEASE MAIL TO: SAN DIEGO COUNTY RECORDER FEES $0.00 City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 PAGES 1 Space above this line for Recorder's use. PARCEL NO: n/a NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full 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 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Dec. 9, 2015. 6. The name of the contractor for such work or improvement is Cora Constructors, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 5517, North Batiquitos Lift Station Pump Replacement. 8. The street address of said property is 7382 Gabbiano Lane in the City of Carlsbad. CITY OF CARLSBAD .·· J-1 j~-=-.. '4?---:::: .(-a,-City Eng~r t -·"' 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 ( ) 1}., y\-€, \ 4 , 20~, 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 al~ \~ , 20_l_\,,_, at Carlsbad, California. AB#22,312 Reso.: 2016-108 Word\Masters\Forms\Notice of Completion (City) CITY OF CARLSBAD B~R~E~P' City Clerk 3/9/98 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT CONTRACT NO. 5517 BID NO. PWS15-32UTIL ., '-i+;> Revised 1/30/13 Contract No. 5517 Page 1 of 101 TABLE OF CONTENTS Notice Inviting Bids................................................................................................................... 7 Contractor's Proposal............................................................................................................... 11 Bid Security Form..................................................................................................................... 18 Bidder's Bond to Accompany Proposal..................................................................................... 19 Guide for Completing the "Designation Of Subcontractors" Form............................................. 21 Designation of Subcontractor and Amount of Subcontractor's Bid Items . . ..... .... . .... .. . . . . . .. .. . . . .. . 23 Bidder's Statement of Technical Ability and Experience........................................................... 24 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation .. ... . . .. ... .. ... .... .. . . . .. .. . . . .. ..... .. .. ... .... . .. .... . . . .. .. ... .. . . . . . .. .. . .. . . .. . 25 Bidder's Statement Re Debarment........................................................................................... 26 Bidder's Disclosure of Discipline Record .. .. .. .. .. . .. . . . . . . . . . .. .. .. . . . . . . . . . . . .. .. . .. .. .. . .. .. .. . . .. . .. . .. . .... 27 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid............................ 29 Contract Public Works.............................................................................................................. 30 Labor and Materials Bond . . . . . .. .. . . . . .. .. .. . .. .. .. . .. . . .. . .. .. .. . .. . . . . . .. .. .. . . . . . . .. . . . . . . . .. .. . .. .. .. .. . .. . . . . . .. .. . . . .. . .. . . 36 Faithful Performance/Warranty Bond ....................................................................................... 38 Optional Escrow Agreement for Surety Deposits in Lieu of Retention . . . . . . . .. . . .. . . . .. .. .. .. .. .. . . .. . . . . . . 40 0 Revised 1 /30/13 Contract No. 5517 Page 2 of 101 GENERAL PROVISIONS '--r Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms............................................................................................................... 43 1-2 Definitions . . .. .. . .. . . . . . . .. . .. . .. .. .. . .. .. .. . .. .. . . . .. .. . . . . . . .. . . . .. .. . .. . . . . . . . . . . . . .. .. . . . .. .. .. . .. .. .. . .. .. .. . 44 1-3 Abbreviations . .. . .. .. . . .. . . . . .. .. .. .. . . . . . . . . . . .. . .. .. .. . .. . .. . . . . . .. . .. . . . . . . . . . .. . .. .. .. . .. .. .. . .. .. .. .. . .. .. . 48 1-4 Units of Measure.......................................... .................................................... 51 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ...................................................... ,.............. 53 2-2 Assignment .. .. . .. . . .. . .. . .. .. .. .. . . .. . .. . . . .. . . .. .. . .. .. . . . . .. . .. .. .. .. . . . .. .. .. . . . . .. .. .. . . . . . .. . .. .. . . . .. . . .. . 53 2-3 Subcontracts................................................ . . . . . . . .. . . . . . . . . . . .. . . . . . .. . . . . . . . . . . . .. . .. . .. .. .. . 53 2-4 Contract Bonds . .. .. . .. .. .. . .. .. . . . . . .. .. . . . .. .. . . . .. .. .. . . .. . .. .. . . . . .. . . . . . . . . .. . .. . . .. . .. .. .. . . . .. . . . .. .. .. . 54 2-5 Plans and Specifications . .. .. . . .. . .. . .. .. .. . .. .. .. .. .. .. . .. .. . . . .. .. . . . .. .. .. .. . .. .. .. . .. .. . . . .. . . . . . . . .. . 55 2-6 Work to be Done .. . . .. .. .. . .. . . . . . .. . . . . . .. . . .. .. . .. . . . . . . . . . . . .. .. . .. . .. .. .. .. .. . .. .. .. . . . . . . . . .. . . .. .. . .. . . . 59 2-7 Subsurface Data .. . . .. .. .. .. . .. . . . .. . . . . . .. .. .. .. . . . .. . .. . .. . . . .. .. .. . . . .. .. . .. .. . .. .. .. . .. .. .. . .. . . . . . . . .. .. . 59 2-8 Right-of-Way................................................ .. . .. . . .. . .. . . ... .... . . . .. .. .. . .. . . .. . .... .. . .. .. .. . 59 2-9 Surveying . . . .. .. . .. .. .. . .. .. .. .. .. . . . . .. .. .. . .. . . .. . . . . . . . . .. . .. . .. .. .. .. .. . . .. .. .. .. . .. .. .. . .. .. .. . . . .. . . . . . .. . . . 59 2-10 Authority of Board and Engineer .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. 59 2-11 Inspection..................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 60 Section 3 Changes in Work 3-1 Changes Requested by the Contractor .. .. .... .. ..... .. ..... .. .. ... .. ..... .. ......... ...... .. .. .. . 61 3-2 Changes Initiated by the Agency.................. .................................................... 61 3-3 Extra Work................................................... ... .. .... ... . . ..... .. ... .. . . ... .. .. .. . .... .. ... .... . 62 3-4 Changed Conditions..................................... .. . .. .. .. .. . . . .. . .. .. .. . .. .. .. . .. . . . . . .. .. .. .. .. . .. . 64 3-5 Disputed Work............................................. .................................................... 66 Section 4 Control of Materials 4-1 Materials and Workmanship......................... .................................................... 69 4-2 Materials Transportation, Handling and Storage................................................ 73 Section 5 Utilities 5-1 Location . . . .. .. .. .. . .. .. .. .. . .. . .. .. .. . . . .. .. .. . .. .. .. . . .. .. .. . .. .. .. . .. . .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . . .. 7 4 5-2 Protection..................................................... .................................................... 74 5-3 Removal........................................................................................................... 75 5-4 Relocation.................................................... .................................................... 75 5-5 Delays.............................................................................................................. 76 5-6 Cooperation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 76 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work....................................... 77 6-2 Prosecution of Work..................................... .................................................... 81 6-3 Suspension of Work .. . . . . .. .. . . . .. . . . . . .. .. .. . .. .. .. . . . . .. . .. .. .. . . . .. .. .. . .. .. .. .. . .. . . . . . .. . . . . . . . . . . .. .. . 81 6-4 Default by Contractor . . . . .. .. . . . .. .. .. . .. . . .. .. .. . .. .. . . .. . .. .. .. .. . . . .. .. .. .. .. .. .. .. . .. .. .. . . . . . . . . . . . . .. . 82 6-5 Termination of Contract................................ .................................................... 82 6-6 Delays and Extensions of Time .. .. .. . .. .. . .. .. . .. . .. .. .. . .. .. . .. . .. .. .. . .. .. .. .. .. .. .. . .. .. .. .. .. . .. .. 82 6-7 Time of Completion .. .. . . . .. . . . . . .. .. .. . .. .. . . . .. .. .. . .. . .. . .. .. .. . .. . . .. . .. .. . . . . . . . .. . .. .. .. . . . .. .. .. . .. .. . 83 6-8 Completion, Acceptance, and Warranty....... .................................................... 84 6-9 Liquidated Damages .. .. . .. .. .. . .. .. .. . .. .. .. . .. .. .. . .. . .. . .. .. .. .. .. . .. .. . .. . . . .. . .. .. .. .. .. . .. .. .. .. . .. .. . 85 -.....-6-10 Use of Improvement During Construction..... .................................................... 85 ft Q Revised 1 /30/13 Contract No. 5517 Page 3 of 101 Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 Section 8 8-1 8-2 Section 9 9-1 9-2 9-3 9-4 ------------------------------------------- Responsibilities of the Contractor Contractor's Equipment and Facilities . . .. .. . . . . . . . . . .. . . . .. .. .. . . . .. . . . ... . . . . . . . ... . .. .. . . . .. . . . . . 86 Labor................................................................................................................ 86 Liability Insurance........................................ .................................................... 86 Workers' Compensation Insurance............... .................................................... 86 Permits............................................................................................................. 87 The Contractor's Representative.................. .. . . . .. . . . .. .. ... .. .. . . . .. ..... .. . . . . . . . .. ... . . .. . . . 87 Cooperation and Collateral Work .. .. .. . .... .. . .. . ... .. .. ... .... ... .. .. . . . .. .... ... .. .. . ....... .. ... . . 87 Project Site Maintenance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 88 Protection and Restoration of Existing Improvements ... . . . ... . . .. .. .. . . ... . . . .. .. . . . .. . . .. . 89 Public Convenience and Safety.................... .................................................... 89 Patent Fees or Royalties.............................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . 96 Advertising . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 Laws to be Observed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 Antitrust Claims............................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 Facilities for Agency Personnel General............................................................................................................ 97 Field Office Facilities.................................... .. . .. .. .. . .. .. .. . .. .. ... .... ... . . .. . . . ...... ... .. .. . 97 Measurement and Payment Measurement of Quantities for Unit Price Work................................................. 98 Lump Sum Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . 98 Payment........................................................................................................... 98 Bid Items...................................................... .................................................... 101 0 Revised 1 /30/13 Contract No. 5517 Page 4 of 101 ----------------~-------------------------------------------------- TECHNICAL SPECIFICATIONS DIVISION 01 -GENERAL REQUIREMENTS Summary of Work Work Sequence Measurement and Payment Coordination and Meetings Mobilization Security 01010 01014 01025 01039 01505 01540 01560 01620 01700 01710 01734 Temporary Environmental Controls Protection of Materials and Equipment Project Closeout Final Cleanup Operating and Maintenance Information DIVISION 02 -SITE WORK 02760 02999 Concrete Structure Rehabilitation Temporary Handling of Sewage DIVISION 03 -CONCRETE 03300 03600 Cast-In-Place Concrete Grout DIVISION 04 -MASONRY (Not Used) DIVISION 05 -METALS 05500 Miscellaneous Metalwork DIVISION 06 -WOOD AND PLASTICS 06620 Plastic Liner (Polyvinyl Chloride) DIVISION 07 -THERMAL AND MOISTURE PROTECTION (Not Used) DIVISION 08 -DOORS AND WINDOWS (Not Used) DIVISION 09 -FINISHES Protective Coatings 09800 09810 Epoxy Coatings for Wastewater Structures DIVISION 10 -SPECIAL TIES (Not Used) DIVISION 11 -EQUIPMENT 11001 General Equipment Provisions 11328 Dry Pit Submersible Pumps DIVISION 12 -FURNISHINGS (Not Used) DIVISION 13 -SPECIAL CONSTRUCTION (Not Used) 0 Revised 1/30/13 Contract No. 5517 Page 5 of 101 ········-··-····------------------------------- DIVISION 14 -CONVEYING SYSTEMS 14600 Bridge Crane DIVISION 15 -MECHANICAL 15051 General Piping Stipulations 15061 Ductile Iron Pipe 15100 Valves and Appurtenances DIVISION 16 -ELECTRICAL 16050 General Electrical Requirements DIVISION 17-INSTRUMENTATION AND CONTROL (Not Used) () Revised 1 /30/13 Contract No. 5517 Page 6 of 101 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON NOVEMBER 13, 2014, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Replacement of three existing 100-horsepower extended shaft pumps and the existing suction and discharge piping, with specified submersible closed couple pumps and new suction and discharge piping system. Includes related electrical modifications pump motor foundation modifications, installation of a new bridge crane in the pump room, and modifications to the wet well. NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 BID NO. PWS15-32UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this 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 City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Public Works_Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards. Inc .• all hereinafter desig- nated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. 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. ft Q Revised 1 /30/13 Contract No. 5517 Page 7 of 101 • C BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated . 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) 11. Equipment List, Provide Manufacturer and Model No. of Dry Pit Submersible Pumps ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approxi- mate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $616,000 TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provi- sions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: CLASSIFICATION "A" GENERAL ENGINEERING STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE Contractor shall demonstrate, providing proof of their experience and technical ability for construction in the disciplines of construction required to complete this project. The statement and listing of information shall include but not be limited to the successful construction of a minimum of the following: 1) Five (5) wastewater pump/lift station projects in the last seven (7) years requiring similar construc- tion methods with equal or greater size and complexity to this project. 2) Three (3) projects in the last five (5) years involving the installation and operation of wastewater bypass systems with equal or greater size and complexity to this project. In addition to the Contractor's experience and technical ability, the resume of the Contactor's proposed project superintendent shall be provided which will demonstrate and document his/her qualifications and experience. Failure to provide the minimum experience and technical ability requirements may result in the bid being determined as non-responsive and or non-responsible. ft V Revised 1 /30/13 Contract No. 5517 Page 8 of 101 --------------------------------- ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $50.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifica- tions or other contract documents, or finds discrepancies in or omissions from the drawings and specifica- tions may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carls- bad except as hereinbefore specified. No bidder may rely on directions given by any agent, em- ployee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. _r· THE PAYMENT OF PREVAILING WAGES IS NOT REQUIRED '-· The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provi- sions of the California Labor Code when the public work is not a statewide concern. The City Council has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. C PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bid- ding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the ~ ~ Revised 1 /30/13 Contract No. 5517 Page 9 of 101 City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quar- terly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non- owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2014-209, adopted on the 26th day of August, 2014. October3,2014 ~ Date eputycityClerk ft U Revised 1 /30/13 Contract No. 5517 Page 10 of 101 CITY OF CARLSBAD NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 CONTRACTO~SPROPOSAL OPENED, WITNESSED AND RECORDED: 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, General Provisions, Contract Documents, 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. 5517 in accordance with the Plans, Specifications, General Provi- sions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: Item No. 1 2 3 4 SCHEDULE "A" Approximate Quantity Description And Unit Unit Price (Figures) Mobilization/Demobilization at Not to $ Dollars (Lump Sum) Temporary Bypass Pumps & Appurtenances System Dollars (Each) Replacement of Three (3) Ex- isting Pumps with Three New Submersible Close Coupled Pumps Dollars (Each) Three (3) Pump and Motor Foundations & Installations Dollars (Lump Sum) Exceed 10% ofTotal Bid LS LS LS ----- $ ____ _ $ ____ _ $ ____ _ .... \;J Revised 1 /30/13 Contract No. 5517 Total Amount (Figures) $ ;ig;,;24 /. oD } $ .:i 3 ~ l/00. CDG Page 11 of 101 -c Approximate , ... Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) 5 Pump Suction and Discharge LS $ $ q;i-0(1) • ()D Piping Dollars (Lump Sum) 6 Electrical Modifications LS $ $ ,;). ~ ).{)I), DO Dollars (Lump Sum) 7 Demolition LS $ $ q 5'" ~OD. "0 Dollars (Lump Sum) 8 Concrete Repair and Coating LS $ $ 14 lfoo ~~ Dollars (Lump Sum) 9 Bridge Crane LS $ $ Lf1, D/JQ 0 ~ ) Dollars (Lump Sum) bJJ o -thov.sa ncl --0 Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). 1 has/have been received and is/are included in this proposal. .. ~ r., Revised 1 /30/13 Contract No. 5517 Page 12 of 101 The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible fo, any ercor or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of Ca ifornia, validly licensed under license number :J (,~ '3 ~ , classification which expires on ~~ 'iS & , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City§ 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally 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 ---~6o __ n_J _______ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every em- ployer to be insured against liability for workers' compensation or to undertake self-insurance in accord- ance 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. ft '-.J Revised 1/30/13 Contract No. 5517 Page 13 of 101 :heck A License -License Detail -Contractors State License Board Page 1 of: ,,. -contractor's License Detail for License # 766304 DISCLAIMER: A license status check provides infonnation taken from the CSLB license database. Before relying on this lnfonnation, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal actkm information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. ~his license is current and active. ,. ·I . All information below should be reviewed. ''ii',!~, ,•L...,_ __ Business Information CORA CONSTRUCTORS INC 75140 ST CHARLES PLACE STE A PALM DESERT, CA 92211-5183 Business Phone Number:(760) 674-3201 Entity Corporation Issue Date 07/26/1999 Reissue Date 03/16/2005 Expire Date 03/31/2015 License Status Classifications A -GENERAL ENGINEERING CONTRACTOR B -GENERAL BUILDING CONTRACTOR Bonding Information Contractor's Bond ---------- fftiis.license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. ~ ond Number: 243554 ond Amount: $12,500 ffective Date: 01/01/2007 icontractor's Bond His!ory Bond of Qualifying Individual J jrhe Responsible Managing Officer (RMO) STOCKTON DENNIS EUGENE certified that he/she owns 10 percent or more ofthel ~ ting stock/equity of the corporation. A bond of qualifying individual is not required. . ffective Date: 03/16/2005 -----------------· ·-------------' Workers' Compensation ,.,,, ... ,Jfhis ·license has workers compensation insurance with the TRAVELERS PROPERTY CASUAL TY COMPANY OF AMERICA] \..,,/olicy Number:DT JUB0940C64914 rve Dal&: 01/01/2013 I x:~~r~~~~~~~~~~~5 History_________ . ·-·-------------------------·--··-J Miscellaneous Information 1ttps://www2.cslb.ca.gov/onlineservices/checklicensell/LicenseDetail.aspx?LicNum=766304 11/25/201i !FA 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.-------------- (5) E-Mail ____________________ _ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted, ____ ...,_N--'\'+/_.AC.J___ _________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business-------------------------- (Street and Number) City and State--------------------------- (4} Zip Code ________ Telephone No.-------------- (5) E-Mail ____________________ _ 0 Revised 1/30/13 Contract No. 5517 Page 14 of 101 'FA. CORPORATION, SIGN HERE: ( 1 ) Name under which business is conducted (2) ~~:S:'\,._,,__· """"~.,._____~~~~~~~~~~~~~~~ (Signature) R'R -s i Ae.ot (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of UJ. 1 O,tV\·)C\..,, (4) Place of Business '] 5--140 5:t-L~')(jc\£ :5 f\. G±f A c::> \ ~ ~treet and Number) City and State 1 [A__IIY\ L)2:sftt CA-g z_.:z._11 ) (5) Zip Code C} 2 "l-1 f Telephone No. t1 ~(?,,) lcJ4 ~ 3 ;)... D ) (6) E-Mail m~ ~Cora... coos:\:Yoc.±ar s . co vY\ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED -~ ~, Revised 1 /30/13 Contract No. 5517 Page 15 of 101 -----~------------------------------- List below names of president, vice president, secretary and assistant secretary, if a corporation; if a part- nership, list names of all general partners, and managing partners: ~DL,s s±Dck+on -£rie El, :lieas SeG. I 0 Revised 1 /30/13 Contract No. 5517 Page 16 of 101 ------------------------------------------------- EQUIPMENT/MATERIAL SOURCE INFORMATION (To Accompany Proposal) NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 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 manufac- turers listed by the Bidder. Equipment/Materials Supplier/Manufacturer 1 Submersible Dry Pit Pumps ff 1(/t g;J l/)I ~ 2 Bridge Crain & Hoist Q Revised 1 /30/13 Contract No. 5517 Page 17 of 101 ----·----·----------------------- BID SECURITY FORM (Check to Accompany Bid) NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashier's check payable to the order of CITY OF CARLSBAD, in the sum of ___ __,~~\/'-A~----------------' _____________________ dollars($ ), this amount being ten percent ( 10%} of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen ( 15) days after the date set for the opening thereof, unless otherwise re- quired by law, and notwithstanding the award of the contract to another bidder. 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.) 0 AoHic,crl 1 /':ln/1 '.l Contract No. 5517 Page 18 of 101 BIDDER'S BOND TO ACCOMPANY PROPOSAL NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 KNOW ALL PERSONS BY THESE PRESENTS: That we, Cora Constructors, Inc. , as Principal, and Western Surety Company , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent ( 10%) of the bid amount) Ten Percent Total Amount of Bid for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. ft U Revised 1/30/13 Contract No. 5517 Page 19 of 101 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 _4=thc...-_ day of November , 201£_. PRINCIPAL: Cora Constructors, Inc. -------------(name of Principal) B\1: -'\.L'.--- 1 ---~~ ---------(sign here) ~nnis Stockton (print name here) President (Title and Organization of Signatory} By: ___________ _ (sign here) (print name here) (title and organization of signatory) Executed by SURETY this 4th day of November , 20JA_. SURETY: Western Surety Company (name of Surety) 333 So. Wabash, Floor41-South, Chicago, IL 60604 {address of Surety} 800-262-2000 (telephone number of Surety) . ). ........, (),--- By: _Lj_~ e , v~~'-- (signature of Attorney-in-Fact) Susan C. Monteon, Attorney-in-Fact (printed name of Attorney-in-F~ct) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney __ ,,.. Q Revised 1 /30113 Contract No. 5517 Page 20 of 101 ACKNOWLEDGMENT State of California County of Riverside on 10 November 2014 before me, Penny Ham, Notary Public -------(insert name and title of the officer) personally appeared Dennis Stockton who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA } County of _R_iv_e_r_si_d_e _______________ _ On November 4 2014 before me, Janelle L. Tuominen , Notary Public, -----------------~-------------------------Date Insert Name of Notary exactly as it appears on the official seal personally appeared Susan C. Monteon Place Notary Seal Above Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. OPTIONAL Though the information below is not required by lav.,,1 it may prove valuable to persons relying on the document and could prevent fraudulent removal ana reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: ________ _ Signer(s) Other Than Named Above: __________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: __ _ D Individual D Corporate Officer -Title(s): ______ _ D Partner D Limited D General [] Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: _____________ _ D Individual D Corporate Officer -Title(s): __ _ D Partner D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ----··-·----····-------·-·-----··-··---------··----------·---------·--···--····-·----------·--······---------------------·······-·········· Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Susan C Monteon, Janelle L Tuominen, Individually of Riverside, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 18th day of September, 2014. State of South Dakota County of Minnehaha WESTERN SURETY COMPANY ~flat, Vke Presi"""' On this 18th day of September, 2014, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation . My commission expires June 23, 2015 ... t,, ........ ..... • .... J J.MOHR ~ !r;;;t;NC1rARY PUBLIC SEAL SOUTH DAKC1rA J « • • ................... . CERTIFICATE {J, w ~ J. Molrr, Notuy Pobli, I, L. Nelson, Assistant Secretary of WESTERN SURETY COMP ANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reve!se hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 4th day of lllovel!lber ,2_0_1_4 __ _ WESTERN SURETY COMPANY Fonn F4280-7-2012 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. Company Profile \ C,'\LIFORtJIA '~!; DEPARTMEIH OF msURANCE Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information Old Company Names Agent For Service NANCY FLORES C/0 CT CORPORATION SYSTEM 818 WEST SEVENTH STREET LOS ANGELES CA 90017 Reference Information NAIC #: California Company ID#: Date Authorized in California: License Status: I Company Type: I State of Domicile: back to top NAIC Group List NAIC Group#: Lines Of Business WESTERN SURETY COMPANY P.O. BOX 5077 SIOUX FALLS, SD 57117-5077 Effective Date 1113188 I 110761-7 I II 07/29/1930 II UNLIMITED-NORMAL II Property & Casualty II SOUTH DAKOTA 0218 CNA INS GRP The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. LIABILITY SURETY back to top © 2008 California Department of Insurance Page 1 of 1 httos://interactive. web.insurance.ca.f!.ov / comoanvorofile/comoanvorofile?event=comoanv... 12/24/2014 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contracf, "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Or- ganization", "Subcontractor", and 'Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bid- der's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percent- age of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The ex- planation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be fin al. Q Revised 1 /30/13 Contract No. 5517 Page 21 of 101 Contractor is prohibited from pertorming any work on this project with a subcontractor who is ineligible to pertorm work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. ft U Aouicori 1 /':\n/1 ':\ Contract No. 5517 Page 22 of 101 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Portion of Work () SUBCONTRACTOR'S BID ITEMS Subcontractor Name and Location of Business Subcontractor's License No. and Classification Page __ of __ pages of this Subcontractor Designation form "-------- 0 ~ .. \lic::<>rl 1 /.10/1 ~ Contract No. 5517 Amount of Work by Sub- contractor in Dollars* oo Page 23 of 101 -----·~·~·,----------------- BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 The Bidder is required to state what work of a similar character to that included in the proposed Con- tract he/she has successfully performed and give references, with telephone numbers, which will en- able the City to judge his/her responsibility, experience and skill. Provide the minimum requirements of STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE as stated on Notice Inviting Bids, at- tachment can be used. Date Con-Amount tract Com-Name and Address Name and Phone No. of Con- pleted of the Employer of Person to Con-Type of Work tract tract "S ~L End~svv<--( I) In --....:,,u, A.-A _. -'.~ I fl .., .I"" t"7 -.;::1 • 'I -~I -• ' , .,,, I "J,,. '* L/C:IJ< {'YJpt'"/">'-,?AJ/A I..-I -I l>& cr,1•11 r1, -.... _,, I_-L,.. , ~~, ·---- Contract No. 5517 Page 24 of 101 Cora Constructors Inc. Resume of Completed Projects WRP 10 & Cook Street Lift Station Palm Desert, CA Owner: Coachella Valley Water Dist., P. 0. Box 1058, Coachella, CA 92236 Project Manager: Jorge Meza Telephone: 760-398-2651 Completed: September 2003 Price: $1,525,000.00 Start Date: September 2002 Total Construction Time: 365 days Scope of Work: Miscellaneous improvements including piping, valves, controls and Motor Control Center building. L-3 Pump Station Coachella, CA Owner: Coachella Valley Water District, P. 0. Box 1058, Coachella, CA 92236 Project Mgr.: Michael Schaefer Telephone: 760-398-2651 Completed: July 2003 Price: $528,400.00 Start Date: November 2002 Total Construction Time: 300 days Scope of Work: Demolition of existing pump station, tie-in connections between existing and proposed pipelines, installation of concrete pump pad and building, dry well including drain lines, valves and concrete vault. Modifications to Main Street Pump Station Irvine, CA Owner: Orange County Sanitation District, 10844 Ellis Ave., Fountain Valley, CA 92708 Project Manager: Bud Palmquist Telephone: 714-593-7358 Completed: December 2003 Price: $812,292.00 Start Date: July 2003 Total Construction Time: 180 calendar days Scope of Work: Procurement and installation of five replacement pumps, valves and piping . .. ,,..,. Jefferson Booster Pump Station Riverside, CA C Owner: City of Riverside, 3900 Main Street, Riverside, CA 92522 Project Manager: Robert Ayers Telephone: 909-826-5992 Completed: March 2005 Price: $727,100.00 Start Date: May 2004 Total Construction Time: 150 Working days Scope of Work: Excavation, concrete building, waterlines, pumps, electrical, box culvert, paving Garnet Suction Reservoir and Booster Pump Station Project Desert Hot Springs, CA Owner: Mission Springs Water District, 66575 Second Street, Desert Hot Springs, CA 92240 Project Manager: Brian Knoll Telephone: 951-686-1070 Completed: May 2006 Price: $713,426.00 Start Date: October 2005 Total Construction Time: 210 calendar days Scope of Work: Well site development, cast in place concrete reservoir, booster pump station, waterlines, drain system, retention pond, rip-rap, class II base surfacing, structural excavation, shoring, misc. metals. l'''"'' \~ Cora Constructors Inc. Resume of Completed Projects Lift Station No. 8 Rehabilitation Calexico, CA Owner: City of Calexico, 608 Heber Avenue, Calexico, CA 92231-2840 Project Manager: Luis Estrada Telephone: 760-768-2180 Completed: Feb 2007 Price: $223,000 Started: December 2006 Total Construction Time: 120 CD Scope of Work: All labor, materials, equipment, and service for the demolition of existing pump station, lining of existing wet well, installation of new pump station, piping, valves, electrical and structural work and all appurtenant work as shown and specified for a complete and operational system. Testing of the facilities. LCID ASR Improvement and P-1 Pump Station Expansion Pasadena, CA. Owner: Foothill Municipal Water District, 4536 Hampton Rd., La Canada-Flintridge, CA 91011 Project Manager: Taum Mcginnis Telephone: 760-602-3818 Completed: May 2008 Price: $549,000.00 Started: Sept 2007 Total Construction Time: 180 C.D. Scope of Work: Installation of pumping equipment for the expansion of the P-1 Pump Station; and construction of the injection water pipeline and injection water pump station for La Canada Irrigation District's (LCID) Aquifer Storage and Recovery (ARS) Improvements. Piping, Values, Electrical, and Instrumentation work, fabrication and installation of sound enclosures. Startup and testing of two (2) 350 horsepower vertical turbine pumps. Name of Project: New Santiago Booster Pump Station Location: Orange, CA. Owner: City of Orange, 189 S. Water Street, Orange CA 92866 Project Manager: Tuan Cao Telephone: 714-288-2475 Completed: October 2010 Price: $1,839,836.65 Started: September 2009 Total Construction Time: 360 CD Scope of Work: Procurement and installation of the new booster pump station, piping, valves, masonry building, electrical, landscaping, grading, demo. Name of Project: Lift Station 2/2A Modifications Location: Big Bear Lake CA. Owner: City of Big Bear Lake, 39707 Big Bear Blvd., Big Bear Lake, CA 92315 Project Manager: Joe Cylwik Telephone: 909-866-5831 x127 Completed: October 2010 Price: $662,737.62 Started: July 2010 Total Construction Time: 180 WD Scope of Work: Modify the existing Lift Stations, piping, electrical, pumps, valves, demo and installing a new generator and pad. Name of Project: Westhaven Booster Pump Station Location: Garden Grove, CA. Owner: City of Garden Grove, 11222 Acacia Parkway, Garden Grove, CA 92840 Project Manager: Samuel Kim P.E. Telephone: 714-741-5534 Completed: October 2011 Price: $2,128,797.00 Started: September 20 IO Total Construction Time: 196 CD Scope of Work: Demo and removal of existing natural gas engines, engine pads, Murphy panels and supporting equipment, Demo and removal of existing site improvements, relocate the existing natural gas service and buried power lines. Concrete masonry unit block building to house the new engine generator set and electrical equipment. Install (3) new vertical turbine pumps, (3) new 150 hp and (l) 250 hp electric motors, 1,200 amp electrical service with switchgear and VFD's. Replace flow meters, pipe spools, fittings, check valves, isolation valves, misc electrical repairs and improvements, pavement, sidewalk and landscaping repairs. C Cora Constructors Inc. Resume of Completed Projects Name of Project: Mulberry Booster Pump No. 2 & No. 3 and Pipeline Replacement Project Location: Riverside, CA Owner: City of Riverside Project Manager: Eric Escobar, P.E. Telephone: 951-826-5821 Completed: January 2014 Price: $372,500.00 Started: June 2013 Total Construction Time: 216 calendar days Scope of Work: Improvements to existing pump station including replacement of two horizontal split case booster pumps, 24" to 6" welded steel and ductile iron piping, valves, tie-in to existing water system, chlorination, paving, striping, Name of Project: Milliken Zone 1010 Pump Station Location: Ontario, CA Owner: Chino Basin Desalter Authority Project Manager: Kyle Morgheim, Butier Telephone: 714-235-8970 Completed: June 2014 Price: $1,266,742.69 Started: October 2013 Total Construction Time: 272 calendar days Scope of Work: Grading, concrete paving, curb and gutter, asphalt paving, 12"-24" water main, 28" casing, 12" -24" valves and fittings, vertical turbine well pump and motor, masonry pump station building, electrical, instrumentation, Name of Project: Donnil Pump Station Upgrade Location: Fallbrook, CA Owner: Fallbrook Public Utility District Project Manager: Telephone: Completed: Price: $555,000.00 Started: August 2014 Total Construction Time: 270 calendar days Scope of Work: Demolition of existing pumps and electrical equipment, replace with new vertical shaft pumps and motors, piping, valves, electrical, relocate existing 18" gate valve and two blow offs, install tee for future pump. BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: O Comprehensive General Liability O Automobile Liability D Workers Compensation O Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or off site, whether owned, non-owned or hired, and whether scheduled or non-scheduled. ft Q Revised 1/30/13 Contract No. 5517 Page 25 of 101 ,.,_ r•/'"'' "•• Client#· 12571 CORACONS ACORDT. CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) 12/18/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER{S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAl.ler"' Amy Johnston Barney & Barney rti8,NJo Extl: 858-587 • 7 412 J {A/C No): P .0. Box 85638 iiFoJ~ss: Amy .Johnston@barneyandbarney.com CA License #OH18131 INSURER(S) AFFORDING COVERAGE NAIC# San Diego, CA 92122 INSURER A: Travelers Property Casualty Com 25674 INSURED INSURER B: Travelers Indemnity Company of 25682 Cora Constructors, Inc. INSURERC: 75140 St. Charles Place Suite A INSURERD: Palm Desert, CA 92211-5183 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS . INSR ......... . ............................. ADDL SUBR···· .. ·································-~····· ·····················•·•··•·•• .... POLICY EFF····· ..... POLICY EXP······· LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER . !MMIDD/YYYY) (MM/DD/YYYYI LIMITS A GENERAL LIABILITY X DT22C00940C646TCT1 ~0/19/2014 10/19/2016 EACH OCCURRENCE $1 000 000 - X COMMERCIAL GENERAL LIABILITY ~~~~~~J9E~~~~nce\ s300 000 -=:J CLAIMS-MADE ~ OCCUR -MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1000000 - GENERAL AGGREGATE -$2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG s2,000,000 n lx1 PRO-nLOC $ POLICY JECT B AUTOMOBILE LIABILITY X BA0940664914 10/19/2014 10/19/2016 COMBINED SINGLE LIMIT s1,000,000 /Ea accident\ - X ANY AUTO BODILY INJURY (Per pernon) $ -ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ ~ -NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS /Per accident\ $ f---Xcomp$1,000 X Coll $1,000 $ UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ ~ EXCESS LIAB CLAIMS-MADE AGGREGATE $ OED I I RETENTION$ $ A WORKERS COMPENSATION DTJUB0940C64914 01/01/2014 01/01/2016 X I ~,,iT,~;,Y,:" I !OTH- AND EMPLOYERS' LIABILITY y / N IER ANY PROPRIETOR/PARTNER/EXECUTIVE~ E.L. EACH ACCIDENT s1000000 OFFICER/MEMBER EXCLUDED? N NIA (Mandatory In NH) E.L. DISEASE -EA EMPLOYEE s1 000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.l. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) RE: North Batiquitos Lift Station Pump Replacement Project #2217 The City of Carlsbad, its officials, employees and volunteers are nameds as additional insured per the attache endorsements. CERTIFICATE HOLDER City of Carlsbad Engineering Dept 5950 El Camino Real CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. -- -- ·~-;~~~~~I_C_a_r_ls_b_a_d_,_C_A~-9-2_0_0_8~~~~~~~~~~~~~~ ..... A~_T_H_O-RI-ZE_D_R_E_~-R-ES_E_N~-TA_TI_V_E~~5'1<~c,,.-.....~~~~~~~~~~~~~~--' © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S239480/M186727 JOHA INSURED: POLICY#: Cora Constructors, Inc. BA0940664914 POLICY PERIOD: 1011912014 TO 1011912015 COMMERCfAL AUTO THlS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This eooorsement modifies lnsurance provided under lhe folk>Wing: BUSINESS AUTO COVERAGE FORM Mh respeci IO oovenige provided by this enaor..emem:, the provisions of the Coverage Fonn apply ooless modi- fled 1:1y ltte endQrsement GENERAL DESCRIPT!ON Of COVERAGE -TM endorserrient broadens a:werage. However. coverage for any injury, damage or m«ltcal expenses descrtl>ed in any Of the provisions of this e11i:sorsement may be exduded or li!mieod by anolhor or\dotcon'IOfff lo tho COVOl'aflO Plwl, and tho,t/D aov,arago braadoning provilliot'IC do not apply 10 the extent that coverage is e:xcruded or llmlled oy sucn an endorsement. The fofkMtng IISllng Is a ge.nerat cover- age description ooly. Llm'l!allons and exclusklns may BPP41 to lhese coverage.. Read ell the p.rovl:sions of this en· dorsement ard the rest of your policy carefully to de!ermlne rights, t:ful.tes, and lftftat is ard Is not COV8md. A. BROAD FORM NAMED INSURED H. HfRED AUTO PHYSfrCAt. DAMAGE -LOSS 8. BLANKET ADOmONAL INSURED C. EMPLOYEE HIRED AUTO D. EMP't.OYEES AS INSURED E. SUPPLEMENTARY PAYMENTS ... INCREASED LIMITS F. HIRID AUTO -LIMITED WORLDWIDE COVERAGE -INDEMNllY BASIS G. WAIVER OF DEDUCTIBLE -GLASS PROVfSIONS A. BROAD FORM NA.MEO tNSURED Thi: following i5 added » ParaQlcl'Pfl A. 1., Who ts An lnsumd, o( SECTION fl -UA81UlY COV- ERAGE: Any o..gani1:atioo you newly acqu.re or form dur· inQ the pollcy period 01/ff whleh you ma.ntain 50% Qr fflQre o~p interest and that is not separately Insured for eusioess Auto coverag1.t Coverage under !his pro~on is afforoed omy lltl· t!I the 180th da:, after you acquire or fOO"n the or- o,anization -0r the end of the pollcy period. whidl- ever is earlier. B. BLANKET ADDfflONAL INSURED The folowing ls addtld to Paragraph c. in A.1., Who fo An ,.._,.,Id, Df 81.CTION II UABIUTV COVERAGE: Arry peJSOn or organiZation who 1$ required 11ncter a mftlen conttac:t or &gte(!ment betweeri yoo and th.at pe,son or Of\lanlutlon. thal is stgned .ind OF USE .. WCREASED LIMIT I. PHYSICAL DAMAGE -TRANSPORTATION EXPENSES -INCREASED LIMIT J. PERSONAL EFFECTS K. AIRBAGS L NOTICE AND KNOWLEDGE OF ACCfOENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIOI\IAL ERRORS OR OMISSIONS execu1ed by yoo befom the "booily injurf 0t ~~r,y damage' occurs al'ld t!tat ls in effect during the PQ!icy peri<ld, lo bu named a1 an lildi:il- liOnal inSIJl'llCI is an "insured~ tot Uabity Cover- age, but only for damagd to v.ttid! this insuranc.e applies and onb to um extool thal person or or. ganlzetioo qu~ffio& $$ 1iU"I "insufed" unc:fe-r the Ill/ho Is An lnsl.JR!rj pro'lision cootmed In Sectlon II, C. EMPl.OV!E HIRED AUTO 1, The following Is added to Paragraph A.1 .. Who ts An Insured, of SECTION Ill -LI- ABILITY COVE;RAGE: An •emptoyee• of yours is an "lnsuted" v.fllle ooertllina an ~auto" hired or renced undef a cantracl °' ~roement in thal "empklye&'s" name. Wflfl rour pennlssion; wtllle perfoonlog duties related 10 the oonduc:t of '/WI" busi- ness. CAT3 S3 0310 Cl 201 D Thm Trlvtfl:IS lndintmlly Company, l~<::Q?P!Qftied ~ <If lmunmc:At ~~-!no.mil its pmmMilln Page 1 of 4 COMMERCIAL AUTO 2. TIie following replaces PMl1Qrnph b, in B.5., other rnsurance, of SECTION IV -BUS1· NESS AUTO CONDmONS: 1>. For Hired Auto Pnyslcal Dama~ Cover• age, the following an, deemed to be COY· orecl ·autos" You O'Ml: (tt Any covered •auto• you lease, hire, flffl1 °' bOOOW: and (2} Arly covered "auto" hired or rented bl' your "employee• under a OOC'ltmct il'I that individual "emptoyee's• name, with y«ir permission, while petform- ing duties related to the conduct of your uu~l.!it:». However, any "aw>" lhat Is. leased, hind, reratcc or bOffl)Wlld v.ffh n driYef iS IIOt a covered ·auto". D. EMPlOVEES AS INSURED The following is added to Paragraph A.1., Who Is An Insure-ct, or SECTION II .. LIABILITY COV- ERAGE: A1'I'/ "emptoyee" or y~n. is an "lnsured" while us- ing a colfflffl(I "1tuto• Y® don't own, hire or bomlw in your business or your persooal affairs. E. SUPPLEMENTARY PAYMENTS -INCREASED LIMIT$ t. TIie following replaces Pffl'aQraf)fl A.Z.a.(2). of SECTION 11-UABfUTV COVDIAOE'. CJJ UQ to S3.000 for oost of bail bonds (ln- ducling bOnds for related trafflo law vlota· lions) ,equl<ed because of oo "llccidem~ we wver. We do not hwe to fumiSh lhese bonds. 2. Toe rollowiog rep1aees Paragraph A.2.a.(4.), of SECTION 11-LIABIUTV COVERAGE; (4) All reasonable expenses inoomKI ~ the "Insured" at our request, lncllllflrt9 actual loss of eamlrig:. up 111 $500 a .;ray be· catJse of time off from wor1c:. F. HIR£0 AUTO -LIMITED WORLDWWE COV· ERAGE -INDEMNITY BASts Tne 1ono""'9 replaces Subparagraph (51 in Para. graph B.7., POiicy Period, Coverage Territory, ot SECTION fl/ -BUSINESS AUTO CONDt,. TIONS: (5t Anyv,nere m 1ne WOIIICI, $>Ccep1 any coumry or jurisdkiion while any trade sanction, em- ba,vo, or simlfar regulalion imposed by Ifie United States ot America applies 10 and pro- llibll& the ttansactlon of business wlh or within such OOIJll!ry or jurisdiction, for Uabillty coverage for any oov«ed "auto· that you tease, hire, rent or bOrrow withOul a dti'ler ror a periOd of 30 days or less aQd ~ r, not an •auto• V«1 lease. hire, mn1 or borrow from any of your •emptoyMs", pti!r1nlili'$ (if you are a partnership), member.; (if you are a 11m•e(I liabiily company) M members of ttielr house· hotds. {a) Wlh respeet to any Cl811'1'1 maoe or ·r.u11· broUOht outside the Uniled Stales of Ameoca, the temtorles and possessiOru; of the united Stat11s of America, Puerto Rico and Canada; (i} Vou must arrange to defend the "in- sured" against, and investigate or set- tle any suci'I Claim or -suit"' Md keep us advised or all proceedil'IGS and ac- tions. Ill> Neither you nor any other involved '1nsuracr vrill make any se111eme11t "Mlhoul our consent (iii) We may, at our discretion, psrtltlpate in defending lhe "insured" against, or In 1h11 Htttement of. any claim or "suit". (ivt We 'hill reimburse the "l!1Sured" for sums tnal Ole ·1nson!d" leoally most pay as damages beea\ise o( •bQdily lnjur( or "property damage• to wtltci1 thi!I insllt'anee applles. that the 'ln-sw-ecr pays vrith our consent; but only up to tile Emil described ln Para- graptl C,, Umit Of Insurance, of SEC- TION I -LIABILITY COVERAGE. M We wiU r~imt>utse me ·insured" for the recm,nable expenses ineutmd vrith our c:onsem for yoor inveSli(Je· tiOt\ Of Sutfl Claims and your defense of tile insured" aga!IISI any $tJCh ~suit~, but only up to and included Within lhe limit desootled in P11re- grapll C.. Llmil or Insurance. Of SECTION II -LIABILITY COVER· AGE, and not In addition to such ~mh. Our <My w make such payments ends when we have used up the ap. pkcabkt Umlt Of insurance in pay- ""'ntc h:,r d11m~goc, utlklrn•nl:• et defense e.penses. (b) This lns1.ITT1nce iS eXl?8:SS ov~ any valid and coUedlble other insurance available f'age 2 ol 4 02010Tht Tr--lridemnff:I' Compllfl)' CA f3 53 0310 lnc!i,do0& ocp/Tl\jhled ffllllari<ll af l"'""*r,:r.Sen,11:,,. omce. Ille . ..«!I llsper-n 10 the "i~ Ylflether p,timary, excess contingent or on any other basis. (e) Thi$ im;ur.11nce iS not a $UOtmlute for !'&- quired QI' ~lsory insuranet ln any country" outside the United States, b ter- rilorffls and possessions. Puerto Rkio and Canada. You agree to maintain au required or oornpulsory Insurance in ariy $Uch i::oun- try up to the minlmum limits required by local law. Your failure lo comply with ~1so,y l!lsnnc:e fflQIJlre'fflenls will not Invalidate the coverage llfforoed by this policy, but we wiU (Inly b& llable to UM same extent we would have been liabte hat:! you compled wktt the compulsory h'i· St1l'lm0& requirements. (d) It is under..tood that we are not an admtt· led or eutnotl:zed insurer oul~ the United States of Amenca, b territories and poosesstoos, Puerto Rteo and can. ada. We assume no responsibility for the furnishing of cor1tllicetu of inaurance, or tot compliance il'I any way with the laws of o1her countries 1111,ating to Insurance. G. WANER OF DEDUCTIBLE -GLASS- The killl)V.iog is added to Paragraph D., Oeducti- ble. of SECTION 1H -PHYSICAL DAMAGE COVERAGE; No deductlble ror a covered ·auto" wtl apply to 1)1;11$$ d~go it the gill~•~ tCl)Oiffld rot~ lhi:m replaced. H. HIRED AUTO PHYSICAL DAMAGE -LO$$ OF use -INCREASED LIMIT The ftrilowing replaces the last sentence of Para• graph A.4.b., Lon Of UM ExpenNS, of SEC· TION Ill -PHYSICAL OAMA\08 C:OVEflAGlt However. me most we 'ldll pay fo, any e>tpenses for lo~ or 111:c ie $85 por day, b> o miJ>dmum .of $750 for any one •accident". I. PHYSk'!Al. DAMAGe -TRANSPORTATION EXPENSES -lllilc:REASEO LIMIT The fo110¥,ing ~places th& 1ltst set'llence in Para-- graph A.ii.a., Tra~lon E,cpenses. of SECTION Ill -PHYSICAL DAMAGE COVER· AGE.: Wo will f>OY up to Sl50 par day ii) o mQlcimurn of $1.SOO for temporary transportation ll!l!!POP&e in- cumlid Dy you beeause of the total 1:J'left Of a COV· ered ''auto~ or Ute pnvale passimger type. COMMERCIAL AUTO J, PERSONAL EFFECTS Tlle fallowing is acldad to Paragraph AA •. cover• age Ea!!nstons. or SECTION m -PHYSlCAt. DAMAGE COVERAGE: Personal Effects we wm pay up to $400 for "Joss'' to wearing ap- parel and othef personal effects which are" (t) Owned by an "1nsur80"; ani:1 (2) In or on your coveroo .. auto'*, This coverage applies only In the event ol a total theft of your covered •auto". No oeduelibles appty to nus Personal Effects coveraoe. K. AfRBAGS The following Is added to Paragraph B.3 .. E1u:ht· sions. or SECTION ID -PHYSICAL DAMAGE COVERAGE: Exciusiot'l 1.a. does not apply to ,1)$$" to one or mo,. airbags in a covGfed •auto~ you own that in· flate due to a cause other than a cause of "loss· set forth in Paragraphs A.1,b. and A.1.c., but only: a. tr mat .. auto"' is & covered .. auto· ror c~ l'lert$We Coverage under ttus policy; b. The airbags are flOf covered under an~ war· ranty; and c. The a1rt,;ags were not Intentionally lrlftaled. W. !MIi pay up to a ma,dmum of $1,000 for any one "loss". L NOTICE ANO KNOWLEDGE OF ACCIDENT OR LOSS The foUO'Mng ls added to ?aragraph A.2.a., of SECTION IV -8USINESS AUTO CONDmONS: Your dUly to give us or our authorized J$PMSenla- tlve prompt notice o# the "acciderrt" or "loss" ap- plies only when U,e •accident" or "lo.ff" is kno'Wf! to: faJ You (if yoi., are an individual>; Cb) A paitner {If you are a partnership}; c~• A member (if yoo are a fimited liability com- panyl; fd) AA exeoutive offteer, director or insurance manaoer (lr you are a a,rpo,auon or Ohr or- ""'liL<llliuu), u, Ce> Any "employee" authofiz.ed by you to give no- ®e Of ltle ·~M" (M" 'lOW. CA T3 f.i3 03 10 q., 201 o nie ~ llll'.lemnlly companv. Page3of4 IIDINfeiu:cpyrW!ted mahll1lll Gt lnsl.Wan::e S.NICl!il Office, Ille. IM1tl ll!ill pe,rnt!lll!lli!ln. COMMERCIAL AUTO M. Bt.ANt<ET WANER OF SUBROOATlON The following replaces Paragraph A.IS., Transfer Of Rights Of Recovwy Againsl Others To Us, of SECTION IV -BUSCNESS AUTO CONDI- TIONS: s. Tmmer Of Rights Of Recovery Against Olhers To Us We waiVe any fight ot f8COV8ry we may have agalnsl eoy person or oqJanlzaHon to tne ex- tent required or you by a written contract signed and executed prior to any 8accidenl" or ioss", provided that the .. aOOidenr' or '10W' ariS<tS out of operatlom: contemplated try Suell contract. The waiver applies only to the person or organization designated in such conlraet N. UNINTENTIONAL ERRORS OR OtitSSIONS The f<lllowlng is added to Paragraph a.2 .. eon. cea.lment, Mlsrepreaotalion, Or Fraud, of SECTION IV -BUSINESS AUTO CONDITIONS: The unintenllonal omiSSioo Of, or unmtenlional enw in, any information given by you shall rro1 prejudice yoor nghls uflder thi9 insuraooe. How- ever this pro,Aslon aoes not affect our right 10 col- lect addllional premium or exerci5e our fight of cancellation or non-renewal. Page4 of 4 0 201 D Tha Triwelllfll lmiernnA)I ~-CA 1'31$3 03 to illcltKlu ocp~~ nmcrial ol l111Wl1110t~ Officl9, Ir,,;;. 'fOltlile ~- INSURED: Cora Constructors, Inc. POLICY #: DT22C00940C646TCT1 POLICY PERIOD: 1011912014 TO 1011912015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED (CONTRACTORS) Thi6 endorsernent modifies insurance pro\/ided underthefollowing: COMfl.H:RCIAL GENERAL LIABI LITV COVE RAGE PART SCHEDULE NAME OF PERSON(S) OR ORGANIZATION(SI: City of Carlsbad Engineering Dept 5950 El Camino Real Carlsbad, CA 92008 PROJECT/LOCATION OF COVE RED OPE.RA TIO NS: RE: North Batiquitos Lift Station Pump Replacement Project #2217The City of Carlsbad, its officials, employees and volunteers are nameds as additional insured per theattache endorsements. 1. WHO IS AN INSURED -(,Section 11) Is amended to include the person or organization shown in the Schedule above, l::ut: a) Only wi1h msp~ct to liat:mty for "bcdily Injury', "propa,rty carnage" or "P£'rsonal injury"; and b) If. and only 10 the extent mat. 11--e lnJuty or ctarnage Is c;;;use,1 b',' a.:ts a o rn 1ss1ais or you or your sutcontractor in the performance of ''your work'' on or for Iha prcjed. or at the locatbn. shown in the Schedule. The person er organlz:alion d::e5 not qualify as an addl· tbnal hsured with respect to the indeµerdenl acts or ornissons of such person ororganlza· tbn. 2 Tre Insurance prov1oed 10 me ,Hh11t1ona1 11151.1r1:d by th s endcrse 1mm1 Is llm lted as ro11c111·s: a) I n the 0:r\•ent tha I the Li rnits of ln:sw anc.e of thi5 Coverage Parl shown in the Declarations exceed the limits of llat:illty required by a "written contract requiring insurance" for that additlcnd Insured , the lnsu raroe pro\~ ded to the additic11al insurod shall bG limitod 1o thG I im i1s of Ii a bl lity rgqu ired bf th al •written con- tract ro&quiring insurance". This endorsemen1 Shall mt increase tho;. limits o1 irsurance rte- s.:::ritJGd in Section Ill -Limits Of lm:urafl::e. b) The Insurance provided to the addllional in- su·ed does rct ap:ly 10 'bcdil'{ injurj''. "prq;,- erty damage'' or ''personal injury" arising out of the ren::lering of. a falure to render, any profossiooal zrchitoctural, erglneerrg or sur- veying &ervices. induding: i. Th1; preparing, appmving, r::r fail1rg to prepare er apprcue. maps, £-hop draw- ings. op1nicrs. repons. surveys. 11e10 or- ders or ctiange orders. ot 111e preparir-g, approving or railing to prepare ()r ap- prove, drawing:; and sper;;iflGatians; and I I. Su pervi30f)', rapecti on, a rchitec1ura I er ergineering activities. <:) Ttie Insurance provli:JM to tne ai:Jdl11onal 1n- sLTe.:1 does net apply 10 "l:lodly tnJury· cr "pro p eny damage" ,:;au sei:l b}' "your wotK' and lt'CIUded In t11e "pro.iucts-cornpletP-r:l cp- eraliom, hazard" unless a ·written contra:;t requirr,g hsurance" :spec;ifically requires you to p rc,.ride such rove rage fer that addl tiara insured. and 1hen 1he haurance provided to the addi1ional inaiJred a~Hes only b such "bodily injury" or 'property damage" that oc· cur6 before the end d the µeriod of time for which ths ''wrilt11rn contract rGq.Jirinq insur- :ane9" n.iquires \{OU to FfOVide su:h coverage CG D.2 47 0805 @2005 The St. Paul TraYelers C,ompanies. Inc. Page1of2 -COMMERCIAL GENERAL LIABILITY er the erd of the polio; period. whiche,er is earlier_ 3. The insuranoo provided to 1he adciltlonal insured by this QndorsQmen1 is ~C93s O\!Ef a,y valid and colltodible "other insurance', whether primary, e,c.cess, contingen1 or en any other basis, 1hat 1s avallal!le 1D 1he ar1111t1ana1 nsur9d for a loss we ccfii?J under 1n1s endorsement. HOA'eve", If a ·wrl!ten c:r::t1tract requiring lnsuranGir· ror triat. ad- Cllti::mal Ins lJ re<l s p edflca11, re1u1 res that tll ls ln- su ra nce apply on a i::;rimary basis or a primary and non-contributory basis. !his insurance is pri- mary to 'other insurance" available to the addi- tional Insured which cavers that person or organi- lll1ion as a rm,ed in:su-ed for such los:,, and we wil nct share with that 'other inrurance". Bu1 the insLrancG provided b thG additicoal insured by this irndcrseimmt still Is eixcess ov0r fr'f/ vald and collectible ''othit>r insurance", wtni1her pri- mary. excess. contirt~em1 or en any oth1,1r basis. that 1s available t'.) 1119 additional insured when that pers::n m crgan1za11on Is an addltlef'lcl In- sured unaer s1,r,n "otner insurance··. 4. As a c;ondition of coverage provided to the addltbnal in:sured by this endorsement a) The additional insured must give us written ndice as soon as practicable of an ''ocrur- rence" or m otfense which may result in a clalrn. To ire i;.xtent possible. such notioo '.'itlDLild lnclud,.: i. HCPA. wh,m and where the 'oc;currence" or c<fense too~. p l:t.:;e. ii. Tiie narnt1s an::1 addresses ,:,f any injured pe<sons and witnesSGG: and Ill. ma nature ana 1ccar1on or an)' Injury or damage arising out or me ·ocrurrence" or orrense. b) If a claim is m5tde or ''suit" is bro..1gh1 agains1 the additicnai insured, the additional insured must: 1. 1rnrned1a1e1y record the ~mes 01 me daim or ':suif' and the d~te received; an:! ii. Notify us as soon as practicable. The addition al nsurl\:d must see to 11111at we receive written notice or the cl<iim or "suit" as so::n as pra;:;11 cab I e. c) The addi1ional insured must immediately senj us oopies of all legal papers received in connection v.Hh the claim er "sui1". cooperate wi1h LG h 1he inves1igation cr settlement of the claim or defense a;iainst the "suit", and oth,..M'ise cornpy with all policy c:crnllti:ns. d) Tr!e acldltlcnal Insured mus1 te no er tre a e- 1e n se and 1ncJemn1w 01 any c1am or ''SUit" to ary provider oT"ottEr insurance" which l.f!UJla cover the additional ins.ired for a loss tAe cover under this endorsement. However. lhis oorditbn does rut effect whether the Insur· or-re provided to the Eldditbnal insured by this endorsement is primary 1o "other Insur· aric;;' available to the addition.::.! insurnd which cov.irs that p;;irsa, or organization au a m:;rngd insurod as described in paragraph 3. aoow. 5. Tt1e rolbwlng derlnltlon Is ao::led to SECTION v. -DEFIN rTIONS: "Written ,:;on1ract requiring insurance" means that part of mi written oonlract or agreement under which you are required 1a include a person or ,::,rganizatim as an additiona in- sLred on th is C ov,e rag fi Pa rt. prov le! ed that the "bodily injur:{' and ')xoper~• damage' oc- CLJ'S and tll9 · 'pi1! rsan a I Injury-Is caused by an nffEnse cornm1t1.id: a. After the signing and e,;erution of the c.ontroo1 or agreement by you; b. While 1hat part of th0 contract or agoQm8n1 is in effoct; and c. Berore tre end or 1.1-,,, po11;;y perti(I. Pzg;,2 of 2 it'! 2o:J5 The St. Paul Travel .. rs Companii.s, Inc. CG D:2 47 08 05 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? L yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debar- ment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: , Com Cl,llsfrucb,rs {ne-. (name of Contractor) By:~ (sign here) J)e Mi-:> 5±:a0k--\-o n Pr l5 (print name/title) I Page ___ of __ pages of this Re Debarment form Contract No. 5517 Page 26 of 101 C . --------------·-·-------------------- BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 Contractors are required by law to be licensed and ragulated 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 1 O 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? L yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? v:: yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their con- tractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eig7 period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ~een stayed? yes 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 therefore. (It needed attach additional sheets to provide full disclosure.) Page __ of __ pages of this Disclosure of Discipline form 0 RAvic:;P.rl 1 /::10/13 Contract No. 5517 Page 27 of 101 ---------------------------------------------- BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 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. t/A N, (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Com.. C()ostruc+ors l nc. (name of Contractor) By: -. ~=--------- (sign here) .. DQ,n 0 ~ 5 ~nc.k:h,tl 1 Pre~· (print name/title) Page __ of __ pages of this Disclosure of Discipline form A Q Revised 1/30/13 Contract No. 5517 Page 28 of 101 C NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 The undersigned declares: f"t _ LOf'O... J I am the ft:<2----s j dud of U)l)5'ir()l::4)tS: , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged infor- mation or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true {) ~n~rt a_nd thal:_'1JS declaration is executed On , 20 __ at t~ c:. [city], · 1'r" [state]. Signature of Bidder 0 Revised 1/30/13 Contract No. 5517 Page 29 of 101 C November 10, 2014 ADDENDUM NO. 1 Carlsbad 3·ieiiLi4W+f#il,iMi-11LOt•ih RE: NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT; BID NO. PWS15-32UTIL Please include this addendum in the Notice to Bidders/Request for Bids you have for the above project. This page-receipt acknowledged-must be included in your bid when your bid is submitted. .. ~ KEVIN L. DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1635 Faraday Avenue• Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (760) 602-8562 (!) -CITY OF CARLSBAD CONTRACT NO. 5517 BID NO. PWS15-32UTIL Addendum No. 1 From: Mark Biskup, Project Manager Phone: (760) 602-2763 Fax: (760) 602-8562 Email: mark.biskup@carlsbadca.gov No. of Pages: 2 (including this page) Date: November 10, 2014 Bid Opening Date: November 13, 2014 2:00 pm (changed) Technical Specifications Correction: Plastic Liner (Polyvinyl chloride) is incorrectly shown in the Table of Contents under Division 06 Wood and Plastic,s as Section 06620 -Plastic Liner (Polyvinyl chloride). The specification is actually found in Division 09 Finishes.as Section 09808 -Plastic Liner (Polyvinyl chloride). Bidder's Inquiries 1) Q: The bid item, Concrete Repair & Coating, is lump sum. Are we to assume for this bid, that the only concrete repair is that caused by the removal of existing fillets? R: This question is referring to Bid Item No 8, which states: "Bid Item Number 8 shall include, but is not limited to work associated with repair and coating of the demolished concrete wet well surfaces in compliance with the contract documents." The majority of work is related to the fillet removal and bottom of wet well. There may be, as this implies, additional minor repairs to concrete required, for example incidental damage occurring to concrete during the demolition of the existing pump pedestals. 2) Q: It would appear from Detail Con sheet D-2 that the only coating removal in the wet well is the polyurethane below Elevation -8.00 ft. and this same area is what receives the new epoxy coating. This same detail states we are to inspect and repair the existing PVC liner. Would you give us some order of the extent of this repair and who is doing the spark test? R: The coating removal is intended for the concrete surfaces at the lower part of the wet well. Inspection on the upper PVC lined portion is included as part of the contract work. This would include spark test of the entire coated and lined wet well surface area, all under the witness of the City's inspector. Contractor will provide a physical inspection of PVC welded joints consistent with the recommendation of a technical representative from Ameron T-Lock. The contractor should expect up to 12 total PVC weld repairs, of average size of 6 linear inches, at existing PVC joints in the wet well. 2) Q: The notes in detail 2 on sheet M-3 indicate a Sika Armetec 110 Epocem coating on all exposed steel. We assume this only applies the wet well area. Does this apply to the bar screen, to the DIP, to the grating, or to the gate operator? Contract No. 5517/Bid No. PWS15-32 Addendum No. 1 Page 1 of 2 R: Detail 2 is for steel exposed as a result of the repairs to deteriorated concrete. 3) Q: the painting specification implies we are coating all piping, accessories and misc. pieces of equipment. Is it your intent that we sandblast and recoat the existing piping and equipment that is to remain in the pump station? R: Painting and coating is intended for new equipment and material provided under this contract. 4) Q: There is no pre-bid meeting scheduled but your plans (D-1, Note 2) and specifications indicate we are responsible for an onsite investigation as to what we are to. Why not schedule a meeting so that all bidders are on the same page as to what you want us to consider? R: Bidders may visit the site in coordination with the Project Manager as noted in the Notice Inviting Bids. 6) Q. The bypass plans on M-4 indicate two points of connection for discharge available. It appears that the existing 14" discharge riser will have to be blind flanged off in order for the second connection to function and the surge system to remain in force? R: It is correct that one of the two connection points would require installation of a blind flange on the stationary pump side, however the other port will adequately provide for the bypass connection. Drawing M-4 is for reference for a potential layout of the bypass system. The Contractor is required to provide plan to be approved per Section 02999. 7) Q: Would you tell us the cost of a City license? R: This is dependent on several factors. See the information at this address: http://www.carlsbadca.gov/servicesldeptslfinance/licenses/default.asp 8) Q: Does the City require the Class A field office? R: No field office is required. 9) Q: In reading the Concrete Structure Rehabilitation section, specifically Part 3 -Execution, E, it refers to repairs of a lot of joints, pipe seals, etc. There is a reference to "pipes" in this section which makes one wonder if the District expects the pipe penetrations through the wet well / dry well wall and the associated suction bells repaired and coated. This also raises the question of the existing grating and support steel being included in the repairs. We think the scope of repairs should be closely defined to keep mistakes and assumption to a minimum R: Pipe improvements are shown on the plans, the need and quantity of concrete structural rehabilitation should be determined by the contractor in consideration of the methods and means used to accomplish those improvements. 10) Q: The wet well has an operational grinder associated with the wet well flow which suggests more than just a little rags and other hard to pump items. The scope of the bypass specification only suggests some solids, the lack of a grinder in the bypass pump system guarantees a continuing maintenance issue that a contractor needs to deal with. It would be nice to disclose this to all bidders. R: The wastewater received and pumped through this facility primarily includes residential and commercial flow including restaurants and a resort hotel. Disposable rags are typically found in the flow, therefore the potential of ragging should be accounted for in design, operation and maintenance of the bypass pumping system. 11) Q: Do all the fillets get removed in the wet well and are any new fillets put back in? R. The patrician fillets, those separating the pump sumps area are to be removed per plans and not to be replaced. Fillets between the wall and the bottom are to stay in place. 12) Q: Who pays for concrete testing -owner or contractor? R: Testing for concrete structure rehabilitation per Section 02760 of the contract shall be done by the contractor and included as part of the payment for the rehabilitation work. Testing for Cast-In- Place Concrete shall be done per Section 03300, 2.06, paragraphs A, B, & C. Contract No. 5517/Bid No. PWS15-32 - Addendum No. 1 Page 2 of 2 • • MINUTES OF THE MEETING OF THE BOARD OF DIRECTORS OF CORA CONSTRUCTORS INC. a California Corporation The Board of Directors held its meeting at the following place and time: 10:00 a.m. Date: JANUARY 4, 2005 Place: 74885 Joni Drive, Suite 4, Palm Desert, CA 92260 The sole director was present: Dennis E. Stockton who officiated as Chairman of the meeting and acted as Secretary and recorded the minutes of the meeting. AUTHORIZATION TO SIGN The purpose of this meeting is to provide Dennis E. Stockton with authority to bind the corporation by his signature for any and all documents deemed necessary to conduct the business of the corporation. The motion was made and carried unanimously. ··" THEREFORE, BE IT RESOLVED, that Dennis E. Stockton is given authority to sign any and all documents on behalf of Cora Constructors, Inc., and that such signature is binding to the corporation. There being no further business, on motion made and carried, the meeting was adjourned at 10:10 a.m. RESPECTFULLY SUBMITTED Dennis E. Sto , Secretary CONTRACT PUBLIC WORKS This agreement is made this gff\ day of .Jo.f\cJarfj , 20 {5, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Cora Constructors Inc., a California corporation whose principal place of business is 75140 St Charles Place, Suite A, Palm Desert, California 92211 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 (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, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Tech- nical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications '""" and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. C Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi- cated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any infor- mation that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches ft ~ Revised 1 /30/13 Contract No. 5517 Page 30 of 101 C C 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 Ill disposal site in accordance with provisions of existing law. (B) Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. (C) Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time re- quired for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for em- ployment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connec- tion with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Con- tractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. ft \.1 Revised 1 /30/13 Contract No. 5517 Page 31 of 101 C C 9. 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, repr-esentatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employ- ees are additional insured. b. Business Automobile Liability Insurance: $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. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (8) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insur- ance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as re- spects: liability arising out of activities performed by or on behalf of the Contractor; products and com- pleted operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate doc- uments attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, em- ployees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured reten- tion levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses . .... "' Revised 1/30/13 Contract No. 5517 Page 32 of 101 (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of in- surance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 10. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in ac- cordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is in- cluded in Section 3 of the General Provisions. The contractor shall initially submit all claims over r $375,000 to the City using the informal dispute resolution process described in Public Contract Code \-,, subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Gov- ernment Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. ft ~, Revised 1 /30/13 Contract No. 5517 Page 33 of 101 (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by an- other jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 10 above. l init i init 11. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation estab- lished by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 12. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code}, arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 13. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and in- cluded herein, and if, through mistake or otherwise, any such provision is not inserted, or is not cor- rectly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. ~ \.J Revised 1 /30/13 Contract No. 5517 Page 34 of 101 C C 14. Additional Provisions. Any additional provisions of this agreement are set forth in the "Gen- eral Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: tru...-Inc. Cora cons '-'Mrs, CITY OF CARLSBAD a municipal corporation of (name of Contractor) By: ____ ~_...... ______ _ (sign here) the State of Cal~omi~' By: -:Jf obi f°'l Mayo v ATT T: tenn1:1 7tDr:lb Plit~eMt 4>rint name1and title) By: .. ,,~ , (sign here) faa1>i~ ~ 5ztd-r14- (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER ::yAi) ~ AssistntCity,l.ttomey ft ~1 Revised 1 /30/13 Contract No. 5517 Page 35 of 101 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of S f..\V\ 'D\ Vj O ) On 'IA,111 .. 12,~IS:: before me, N\n~, fy-iA, No-\zi~~ P e. r::.lly app:: • ±t I_!:: H -insert Nami,1,d Title of u,;;-icer Ma_ Ok!ll Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. S~nature J,i~~ Place Notary Sea/ Above Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: P'w ~ Document Date: _______ _ Number of Pages: Signer(s) Other Than Named Above: ___________ _ CapacityOes) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ___________ _ D Corporate Officer -Title(s): ______ _ D Corporate Officer -Title(s): ______ _ D Partner -D Limited D General D Partner -D Limited D General D Individual D Attorney in Fact D Individual D Attorney in Fact D Trustee D Guardian or Conservator D Trustee D Guardian or Conservator D Other: _____________ _ D Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ • ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 ACKNOWLEDGMENT State of California County of Riverside on 23 December 2014 before me, Penny Ham, Notary Public -------(insert name and title of the officer) personally appeared Dennis Stockton who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature~/t~ (Seal) Executed in Duplicate Bond No. 58719793 Premium Included in Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2014-275, adopted December 9, 2014, has awarded to Cora Constructors Inc. (hereinafter designated as the 11Principal11), a Contract for: NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has e.xecuted or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the perfor- mance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Cora Constructors Inc., as Principal, {hereinafter designated as the "Con- tractor';), and Western Surety Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of SIX HUNDRED TWENTY TWO THOUSAND EIGHT HUNDRED FORTY FIVE Dollars ($622,845), said sum being an amount equal to: One hundred percent ( 100%) .of the total amount payable under the terms of the contract by the .. .-City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, exec- ._ utors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in,· upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment In- surance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unem- ployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 0 Revised 1 /30/13 Contract No. 5517 Page 36 of 101 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 11th day of December , 20.1!_. CONTRACTOR: CORA CONSTRUCTORS, INC. (name of Contractor) By:~ (sign here) Dennis Stockton (print name here) President (title and organization of signatory) By: ____________ _ (sign here) (print name here) (title and organization of signatory) Executed by SURETY this _1--'0_th ___ day of _ __.D __ e=c=e=m=b=e=--r -----· 20.1!_. SURETY: Western Surety Company (name of Surety) 333 So. Wabash, Floor41-South, Chicago, IL 60604 (address of Surety) 800-262-2000 } (telephone number of Surety) By:~~c._~~ " (signature of Attorney-in-Fact) Susan C. Monteon, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By:!l~y~• ft.: Q Revised 1 /30/13 Contract No. 5517 Page 37 of 101 ACKNOWLEDGMENT State of California County of Riverside on 23 December 2014 before me, Penny Ham, Notary Public -------(insert name and title of the officer) personally appeared Dennis Stockton who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature itl~, (Seal) 1• a a a a a a a s -e s a a , a •-::-I ...., Pullc • C1111om11 Ri¥lrlldt County ... Mv Clnln. EXDlt'II Dec 12, 201 B f -"' ----.... ---... ------ WITNESS my hand and official seal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA } County of _R_iv_e_r_s,_·d_e _______________ _ On __ December 10, 2014 Date before me, Janelle L. Tuominen , Notary Public, Insert Name of Notary exactly as it appears on the official seal personally appeared Susan C. Monteon Place Notary Seal Above Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature~ .z_~ Si reofNotaryPubli OPTIONAL Though the information be/ow is not required by law1 it may prove valuable to persons relying on the document and could prevent fraudulent removal ana reattachment of the form to another document. Description of Attached Document Title or Type of Document:-----------------· Document Date: ___________________ _ Number of Pages: ________ _ Signer(s) Other Than Named Above: ---------------------------- Capacity(ies) Claimed by Signer(s) Signer's Name: _______________ _ D Individual D Corporate Officer -Title(s): ________ _ D Partner D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: _______ _ Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: _____________ _ D Individual D Corporate Officer -Title(s): _________ _ D Partner D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: ______ _ Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here - Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Susan C Monteon, Janelle L Tuominen, Individually of Riverside, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 18th day of September, 2014. State of South Dakota County of Minnehaha WESTERN SURETY COMPANY On this 18th day of September, 2014, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires June 23, 2015 ·~~~;i I.......... . .. CERTIFICATE {),m ~ J. Molrr, Nom,y Publk I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still iil force. fn testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 10th day of December , ~~- WESTERN SURETY COMPANY Fonn F4280-7-2012 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 0 Executed in Duplicate Bond No. 58719793 Premium: $8,269.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.2014-275, adopted December 9, 2014, has awarded to Cora Constructors Inc., (hereinafter designated as the "Principal"), a Contract for: NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 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, Cora Constructors Inc., as Principal, (hereinafter designated as the "Con- tractor"), and Western Surety Company , as Surety, are held.and firmly bound unto the City of Carlsbad, in the sum of SIX HUNDRED TWENTY TWO THOUSAND EIGHT HUNDRED FORTY FIVE Dollars ($622,845), said sum being equal to one hun- dred 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 pre- sents . . ;-,,.. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alter- ation thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specffied, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, in- curred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. (} Revised 1/30/13 Contract No, g517 Page 38 of 101 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 11th day of December I 20.li_. CONTRACTOR: CORA CONSTRUCTORS, INC. (name of Contractor) By:~/ ~ (sign here) Dennis Stockton (print name here) President (Title and Organization of Signatory) By: (sign here) (print name here) (Title and Organization of signatory) Executed by SURETY this 10th day of December 2014 -------------· -- SURETY: Western Surety Company (name of Surety) 333 So. Wabash, Floor41-South, Chicago, IL 60604 (address of Surety) 800-262-2000 (telephone number of Surety) By: l\uu...--C.~ " (signature of Attorney-in-Fact) Susan C. Monteon, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution · showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: AssW.ttam:f r () Revised 1/30/13 Contract No. 5517 Page 39 of 101 ACKNOWLEDGMENT State of California County of Riverside on 23 December 2014 before me, Penny Ham, Notary Public -------(insert name and title of the officer) personally appeared Dennis Stockton who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature -"'-'1!l= 1 "'-, ,=-=-/i,-~..-""--,='Z[""'-;l}'--r,,.__1 ___ _ (Seal) -----------------~ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA } County of _R_iv_e_r_s_id_e _______________ _ On ___ _pecemqer 10, 2014 beforeme,_J_a_ne_l_le_L._T_u_o_m_i_n_e_n _____________ , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Susan C. Monteon Name(s) of Signer(s) -------------------------------------------- Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person{s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. , SignabJre~ L~ g!ureofNotaryPublic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: ________ _ Signer(s) Other Than Named Above: ___________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: _____________________________ _ D Individual D Corporate Officer -Title(s): _______ _ D Partner D Limited D General [] Attorney in Fact D Trustee D Guardian or Conservator D Other: ______ _ Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: _____________ _ D Individual D Corporate Officer -Title(s): D Partner D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: ------ Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Susan C Monteon, Janelle L Tuominen, Individually of Riverside, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMP ANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 18th day of September, 2014. State of South Dakota County of Minnehaha WESTERN SURETY COMPANY On this 18th day of September, 2014, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMP ANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires June 23, 2015 J J. MOHR -· ---;i !~NOTARY PUBLIC SEAL ~SOUTH DAKOTA Co; 1.1111 9 l,t. lo ........ CERTIFICATE Q,---m ~ J. Mo\v, Norazy P,,blic I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereina!XJ'/e set fmth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I Juve hereunto subscribed my name and affixed the seal of the said corporation this 10th day of December 2014 WESTERN SURETY COMPANY Fonn F4280-7-2012 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ·- ACCOUNT NO. 1001022316 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 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 ~arnings required to be withheld by the City pursuant to the Construction Contract entered into be- tween the City and Contractor for NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT PROJECT CONTRACT NO. 5517 in the amount of -r/J (.p:i{:J.. /il./5, ob dated Wb (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 City and shall des.ignate the Con.: · tractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into ·securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding-when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. ~ ~I Revised 1/30/13 Contract No. 5517 Page 40 of 101 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 Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title ~ FINANCE DIRECTOR Name~___;f_(:j_e~-V~'""'~-~~n-o...~n_c_._'-~~~~~~ Signature---"-~--------~.-;. _______ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title For Escrow Agent: Title VICE PRESIDENT Name CYNTHIA SALENGA Signature ~ Address 130 SOUT~LEGE BLVD., BREA CA 92821 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. ~ \.., Revised 1 /30/13 Contract No. 5517 Page41 of 101 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name ~ ~AL-L- = Signature &=Jf Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Signature ~ ""ff 106.dhMlt's. PL--ett-. ~ Address ~111, ./Jt,aul-M (l:.LH I For.Escrow Agent: Title VICE PRESIDENT Name ------'-------------CYNTHIA SALENGA ~l'-------Signature ___ ~----+1---------- Address 130 SOUTH STATE COLLEGE BLVD. BREA, CA 92821 ~ ·~ Revised 1/30/13 Contract No. 5517 Page 42 of 101 PACIFIC WESTERN BANK PAYMENT INSTRUCTIONS FOR: CITY OF CARLSBAD PROJECT NAME: North Batiquitos CONTRACTOR: Cora Constructors Inc. CHECKS SHOULD BE MADE PAY ABLE TO; Pacific Western Bank Reference: Escrow# / 00 I 0,,2. ~ 3/~ And send to: 130 South State College Blvd., Brea, CA 92821 Attention: Cynthia Salenga, VP PLEASE BE SURE TO REFERENCE OUR ESCROW NUMBER TO ~ ENSURE PROPER CREDIT TO THE CORRECT FILE. ~ Thank you, Cynthia Salen , Vice President Pacific Western Bank 130 S. State College Blvd., Brea, CA 92821 Direct#: (714) 674-5364 Email: csalenga@pacificwesternbank.com 130 S State College Boulevard, Brea, CA 92821 Phone: 714-989-4600 Fax: 714-948-8882 www.pacificwesternbank.com PACIFIC WESTERN BANK December 12, 2014 City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 Re: Escrow Agreement for City of Carlsbad Contractor: Cora Constructors Inc. Project: North Batiquitos Dear Sir: Pacific Western Bank is accepting a fully executed copy of the Optional Escrow Agreement for Security Deposits in Lieu of Retention between the City of Carlsbad, Cora Constructors Inc. and Pacific Western Bank, as Escrow Agent, for the above referenced Project. Throughout the contract the word "securities" is used in reference to retention earnings. Please be advised that Pacific Western Bank does not accept securities as a substitute for retention earnings. Pacific Western Bank will only accept cash as a substitute for retention earnings. If you should have any questions please do not hesitate to give me a call at (714) 674-5364 or you may email me at csalenga@pacificwesternbank.com. Sincerely, Cc: Cora Constructors Inc. ACKNOWLEDGEMENT City of Carlsbad By: ____________ _ Name: ------------Ti tie: ------------- 130 S State College Boulevard, Brea, CA 92821 Phone: 714-989-4600 Fax: 714-948-8882 www.pacificwestembank.com -GENERAL PROVISIONS FOR NORTH BATIQUITOS LIFT STATION PUMP REPLACEMENT CONTRACT NO. 5517 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, in- -~-structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sched- uled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be un- derstood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer'', unless otherwise stated. Where the words "ap- proved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its ex- pense, shall perform all operations, labor, tools and equipment, and further, including the furnish- ing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 0 Revised 1 /30/13 Contract No. 5517 Page 43 of 101 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum -Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bul- letins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency -The City of Carlsbad, California. Agreement-See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract -A Contract financed by means other than special assessments. Change Order -A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager -the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract-The written agreement between the Agency and the Contractor covering the Work. () Revised 1 /30/13 Contract No. 5517 Page 44 of 101 ··~ Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documen- tation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Stand- ard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor -The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contrac- tor'' shall mean Contractor. Contract Price -The total amount of money for which the Contract is awarded. Contract Unit Price -The amount stated in the Bid for a single unit of an item of work. County Sealer -The Sealer of Weights and Measures of the county in which the Contract is let. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier -Street light assembly complete, including foundation, standard, luminaire arm, lumi- naire, etc. Engineer -The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer -A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - A single contract item constituting less than 1 O percent (10%} of the original Contract Price bid. 0 Revised 1 /30/13 Contract No. 5517 Page 45 of 101 Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award -The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed -A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fur- ther, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person -Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans -The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract -Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector -The Engineer's designated representative for inspection, contract admin- istration and first level for informal dispute resolution. Proposal -See Bid. Reference Specifications -Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway -The portion of a street reserved for vehicular use. Service Connection -Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer -Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications -General Provisions, Standard Specifications, Technical Specifications, Refer- ence Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard -The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. 0 Revised 1 /30/13 Contract No. 5517 Page 46 of 101 Standard Plans -Details of standard structures, devices, or instructions ref erred to on the Plans or in Specifications by title or number. Standard Specifications -The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook''. State -State of California. Storm Drain -Any conduit and appurtenances intended for the reception and transfer of storm water. Street -Any road, highway, parkway, freeway, alley, walk, or way. Subbase -A layer of specified material of planned thickness between a base and the subgrade. Subcontractor -An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade -For roadways, that portion of the roadbed on which pavement, surfacing, base, sub- base, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision -Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement -A written amendment of the Contract Documents signed by both parties. Supplemental Provisions -Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety-Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne-Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility-Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private ease- ment. Work -That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 0 Revised 1 /30/13 Contract No. 5517 Page 47 of 101 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN ............................................................. Abandon CONG ............................................................ Concrete ABAND ...................................................... Abandoned CONN ........................................................ Connection ABS ....................... Acrylonitrile -butadiene -styrene CONST ................................... Construct, Construction AC ..................................................... Asphalt Concrete COO RD ...................................................... Coordinate ACP .......................................... Asbestos cement pipe CSP ........................................... Corrugated steel pipe ACWS ..................... Asphalt concrete wearing surface CSD ................................ Carlsbad Standard Drawings ALT ................................................................ Alternate CTB ............................................ Cement treated base APTS ................................. Apartment and Apartments CV ............................................................. Check valve AMER STD .................................... American Standard CY ............................................................... Cubic yard AWG ............... American Wire Gage (nonferrous wire) D ............................................................... Load of pipe BC ................................................... Beginning of curve dB ................................................................... Decibels BCR ....................................... Beginning of curb return DBL. .................................................................. Double BORY ............................................................ Boundary OF ............................................................... Douglas fir BF ..................................................... Bottom of footing DIA ................................................................. Diameter BLDG ........................................ Building and Buildings DIP ...................................................... Ductile iron pipe BM ............................................................ Bench mark DL ........................... : .................................... Dead load BVC ................................... Beginning of vertical curve DR ..................................................... Dimension Ratio B/W ........................................................... Back of wall OT ................................................................. Drain Tile CIC ..................................................... Center to center DWG ............................................................... Drawing CAB ...................................... Crushed aggregate base DWY .............................................................. Driveway CAUOSHA ........... California Occupational Safety and DWY APPR ................................... Driveway approach Health Administration E ....................................................................... Electric CalTrans ........ California Department of Transportation EA ........................................................................ Each CAP ................................... Corrugated aluminum pipe EC ............................................................ End of curve CB ............................................................. Catch Basin ECR ................................................. End of curb return Cb ........................................................................ Curb EF ................................................................ Each face CBP ............................... Catch Basin Connection Pipe EG ......................................................... Edge of gutter CBR ........................................ California Bearing Ratio EGL ................................................. Energy grade line CCR ............................. California Code of Regulations El ................................................................... Elevation CCTV ............................................... Closed Circuit TV ELC ...................................... Electrolier lighting conduit CES .......................... Carlsbad Engineering Standards EL T ........................................................ Extra long ton CF ................................................................. Curb face ENGR ....................................... Engineer, Engineering CF ................................................................ Cubic foot EP ................................................... Edge of pavement C&G .................................................... Curb and gutter ESMT ........................................................... Easement CFR ................................ Code of Federal Regulations ETB ........................................... Emulsion-treated base CFS ......................................... Cubic Feet per Second EVC ............................................... End of vertical curb CIP ......................................................... Cast iron pipe EWA .............................. Encina Wastewater Authority GIPP ................................................ Cast-in place pipe EXC ............................................................ Excavation CL ............................................. Clearance, center line EXP JT ................................................ Expansion joint CLF ..................................................... Chain link fence EXST ............................................................... Existing CMB ............................... Crushed miscellaneous base F ................................................................. Fahrenheit CMC ......................................... Cement mortar-coated F&C .................................................. Frame and cover CML ............................................. Cement mortar-lined F&I .................................................. Furnish and install CMWD .................... Carlsbad Municipal Water District FAB ............................................................... Fabricate CO ................................................... Cleanout (Sewer) FAS ............................................... Flashing arrow sign COL ................................................................. Column FD ............................................................... Floor drain COMM ...................................................... Commercial FON ........................................................... Foundation 0 Revised 1 /30/13 Contract No. 5517 Page 48 of 101 0 FED SPEC .................................. Federal Specification MOD .................................................. Modified, modify FG ......................................................... Finished grade FH ............................................................. Fire hydrant FL .................................................................. Flow line MON ........................................................... Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine FS ...................................................... Finished surface FT-LB ......................................................... Foot-pound FTG ................................................................. Footing FW ............................................................ Face of wall G ............................................................................ Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GAL V ......................................................... Galvanized GAR ............................................ Garage and Garages MUL T ............................................................... Multiple MUTCD ..... Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP ............................. Nonreinforced concrete pipe OBS ............................................................... Obsolete QC ................................................................ On center OD .................................................... Outside diameter OE ............................................................. Outer edge OHE ................................................. Overhead Electric GIP .............................................. Galvanized iron pipe GL. ........................................ Ground line or grade line GM ............................................................... Gas meter GNV ............................................... Ground Not Visible OMWD .................. Olivenhain Municipal Water District OPP ............................................................... Opposite ORIG ............................................................... Original PB .................................................................... Pull box GP ................................................................. Guy pole PC .................................................... Point of curvature GPM ............................................... gallons per minute PCC ........................ Portland cement concrete or point GR ..................................................................... Grade of compound curvature GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HOWL ............................................................ Headwall HGL .............................................. Hydraulic grade line HORIZ ......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ............................... High pressure sodium (Light) HYDR ........................................................... Hydraulic IE ......................................................... Invert Elevation PCVC ....................... Point of compound vertical curve PE ............................................................ Polyethylene Pl .................................................. Point of intersection PL ............................................................ Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT ................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI. ......................................... Pounds per square inch PT ..................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement ID ......................................................... Inside diameter INCL .............................................................. Including INSP ............................................................ Inspection INV ............................ : ......................................... Invert PVT R/W ....................................... Private right-of-way Q ......................... Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius IP ................................................................... Iron pipe R&O .......................................................... Rock and oil JC .................................................... Junction chamber JCT ................................................................. Junction JS .................................................... Junction structure JT .......................................................................... Joint L. ....................................................................... Length LAB ............................................................. Laboratory R/W .......................................................... Right-of-way RA ....................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ............................... Reclaimed asphalt pavement RBAC .............................. Rubberized asphalt concrete RC ............................................... Reinforced concrete LAT ................................................................... Lateral RCB ....................................... Reinforced concrete box LB ...................................................................... Pound LD ..................................................... Local depression LF ............................................................... Linear foot RCE ...................................... Registered civil engineer RCP ...................................... Reinforced concrete pipe RCV ............................................ Remote control valve LH ................................................................ Lamp hole REF ............................................................. Reference LL. .................................................................. Live load REINF .............................. Reinforced or reinforcement LOL ............................................................. Layout line RES .............................................................. Reservoir LONG ....................................................... Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR .................................................................. Railroad LS ................................................................ Lump sum L TS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAI NT ..................................................... Maintenance MAX .............................................................. Maximum RSE ............................. Registered structural engineer RTE ................................... Registered traffic engineer S ................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD .............................................................. Storm drain MCR ........................................... Middle of curb return MEAS ............................................................ Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ...................................................... Miscellaneous SDNR ............................. San Diego Northern Railway SDR ........ Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings 0 Revised 1 /30/13 Contract No. 5517 Page 49 of 101 SE ...................................................... Sand Equivalent TOPO ....................................................... Topography SEC ................................................................. Section TR ........................................................................ Tract SF .............................................................. Square foot TRANS ......................................................... Transition SFM ................................................ Sewer Force Main TS ......................... Traffic signal or transition structure SI ...................... International System of Units (Metric) TSC ............................................ Traffic signal conduit SPEC ..................................................... Specifications TSS ........................................... Traffic signal standard SPPWC .......................................... Standard Plans for TW .............................................................. Top of wall Public Works Construction TYP ................................................................... Typical SSPWC ............................. Standard Specifications for UE ............................................... Underground Electric Public Works Construction USA ................................... Underground Service Alert ST HWY ................................................. State highway VAR .................................................... Varies, Variable ST A ................................................................... Station VB ................................................................. Valve box STD ............................................................... Standard VC ........................................................... Vertical curve STA ................................................................. Straight VCP .................................................. Vitrified clay pipe STA GR ................................................. Straight grade VERT ............................................................... Vertical STRUC ......................................... Structural/Structure VOL ................................................................. Volume SW ................................................................. Sidewalk VWD ....................................... Vallecitos Water District SWD ..................................................... Sidewalk drain W ....................... Water, Wider or Width, as applicable SY ............................................................. Square yard WATCH .............. Work Area Traffic Control Handbook T ................................................................. Telephone WI ............................................................ Wrought iron TAN ................................................................ Tangent WM ........................................................... Water meter TC .............................................................. Top of curb WPJ ........................................... Weakened plane joint TEL ............................................................. Telephone XCONN ............................................. Cross connection TF .......................................................... Top of footing XSEC ...................................................... Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC ................................................................... American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................. American Railway Engineering Association ASTM ............................................................. American Society for Testing and Materials AWPA ................................................................. American Wood Preservers Association AWS ......................................................................................... American Welding Society AWWA ...................................................................... American Water Works Association FHWA ............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ........................................................ National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL ..................................................................................... Underwriters' Laboratories Inc. USGS ............................................................................. United States Geological Survey 0 Revised 1 /30/13 Contract No. 5517 Page 50 of 101 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test re- quirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbrev1at1ons) 1 mil (=0.001 in) ................................................................................... 25.4 micrometer (µm) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (cm) 1 foot (ft) ............................................................................................... 0.3048 meter (m) 1 yard (yd) ............................................................................................ 0.9144 meter (m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m2) 1 square yard (yd2) ............................................................................... 0.8361 square meter (m2) 1 cubic foot (ft3) .................................................................................... 0.0283 cubic meter (m3) 1 cubic yard (yd3) ................................................................................. 0.7646 cubic meter (m3) 1 acre ................................................................................................... 0.4047 hectare (ha) 1 U.S. gallon (gal) ................................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. oz.) ............................................................................. 29.5735 millileter (ml) 1 pound mass (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (oz) ................................................................................ 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ............................................................... 0.9072 Tonne(= 907 kg) 1 Poise ................................................................................................. 0.1 pascal · second (Pa · s) 1 centistoke (cs) ................................................................................... 1 square millimeters per 1 pound force (lbf) ................................................................................ /t;~;ii~~s(N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) ................................................................ 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) ...................................................................... 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) .............................................. 1.3558 Watt (W) 1 part per million (ppm) ........................................................................ 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ....................................................................... Degree Celsius (°C): °F = (1.8 x °C) + 32 .............................................................................. °C = (°F -32)/1.8 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) 0 Revised 1 /30/13 SI Units (abbreviation) Commonly Used in Both Systems Contract No. 5517 Page 51 of 101 Common Metric Prefixes kilo (k) ................................................................................................... 103 centi (c) ................................................................................................. 10-2 milli (m) ................................................................................................. 10-3 micro (µ) ............................................................................................... 1 o-6 nano (n) ................................................................................................ 10-9 pico (p) ································································································· 10-12 1-5 SYMBOLS fl_ . fl L % ' " I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line r" ............. ,..,..+ "'-1 ...... C.C.i 7 P,:,m:, "? nf 1 n1 SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as pro- vided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or im- provements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by proce- dures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 411 O provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 1 o percent of the subcontract involved, after a public hearing. 0 Revised 1 /30/13 Contract No. 5517 Page 53 of 101 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 1 O percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is sub- contracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percent- age of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for ap- proval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, ~ and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be ac- companied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and ma- terials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hun- dred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year ~ .. warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The .....,,I bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 ,,-,. days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 1 O days after receiv- ing notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by ,.-the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carls- bad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of 1 set. The set is designated as City of Carlsbad Drawing No. 415- 2D and consists of 11 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carls- bad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Docu- ments are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. 0 Revised 1 /30/13 Contract No. 5517 Page 55 of 101 The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immedi- ately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law 2) Change orders, whichever occurs last 3) Contract addenda, whichever occurs last 4) Contract 5) Carlsbad General Provisions, 6) Technical Specifications 7) Plans 8) Standards plan ........._ a) City of Carlsbad Standard Drawings b) Carlsbad Municipal Water District Standard Drawings c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings d) San Diego Area Regional Standard Drawings e) Traffic Signal Design Guidelines and Standards f) State of California Department of Transportation Standard Plans g) State of California Department of Transportation Standard Specifications h) California Manual on Uniform Traffic Control Devices (CA MUTCD) 9) Standard Specifications for Public Works Construction, as amended 1 O) Reference Specifications 11) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2} through 11) above. Detailed plans and plan views shall have prece- dence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2- 5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engi- neer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from respon- sibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. the label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be ac- companied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials). 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in con- formance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By:------------Title: ____________ _ Date: ____________ _ Company Name:--------------------------- 0 Revised 1 /30/13 Contract No. 5517 Page 57 of 101 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: Hem Section Num- ber 1 7-10.4.1 2 14600 3 15100 4 15061 5 15051 6 11328 7 11001 8 05500 9 02999 TABLE 2-5.3.2 (A) Title Safety Orders Shop Drawings Shop Drawings Shop Drawings Shop Drawings Shop Drawings Shop Drawings Shop Drawings Shop Drawings Subject Trench Shoring Hoists and Cranes Valves and Appurtenances Ductile Iron Pipe General Piping Stipulations Dry Pit Submersible Pumps General Equipment Provisions Miscellaneous Metals Temporary Sewage Handling Working drawings listed above shall be prepared by a Civil or Structural Engineer registered by the 0 State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Technical Specifications. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless other- wise specified in the Special Provisions or directed by the Engineer. Supporting information for sys- tems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Technical Specifications: 1) 2) 3) 4) 5) 6) 7) List of Subcontractors per 2-3.2. List of Materials per 4-1 .4. Certifications per 4-1.5. Construction Schedule per 6-1 Confined Space Entry Program per 7-10.4.4. Concrete mix designs per 03300 Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a sys- tem, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (1 O} days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Con- tract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspec- tion at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. (Not Applicable) 2-9.2 Survey Service. (Not Applicable) 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority fn all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce com- pliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from /"" the Engineer or an authorized representative. '-"' 0 Revised 1 /30/13 Contract No. 5517 Page 59 of 101 The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, pay- rolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contrac- tor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor '1 shall notify the Engineer before noon of the working day before inspection is required. Work shall be __I done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and work- manship are in accordance with these specifications. Inspection of the Work shall not relieve the Con- tractor of the obligation to fulfill all conditions of the Contract. 3-1 SECTION 3 -CHANGES IN WORK CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limita- tion, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conform- ance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. () Revised 1 /30/13 Contract No. 5517 Page 61 of 101 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipu- lated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification 0 in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifi- cations is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for han- dling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work'' when the Engineer deter- mines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other 0 direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replace- ment value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates tor determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all inciden- tals. Necessary loading and transportation costs for equipment used on the extra work shall be in- cluded. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcon- tractors. 0 Revised 1 /30/13 Contract No. 5517 Page 63 of 101 Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be sub- mitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ..................................... 20 2) Materials ................................ 15 3) Equipment Rental .................... 15 4) Other Items and Expenditures .... 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as com- pensation for bonding. (b} Work by Subcontractor. When all or any part of the extra work is performed by a Subcon- tractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 1 O percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time o that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and be- fore they are disturbed: 1. 2. 3. Subsurtace or latent physical conditions differing materially from those represented in the Con- tract; Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being pertormed; and Material differing from that represented in the Contract which the Contractor believes may be O· 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 Ill disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engi- neer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Con- tractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engi- neer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Con- tractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes addi- tional 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. 0 Revised 1 /30/13 Contract No. 5517 Page 65 of 101 "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." By:-------------Title: ------------- Date: ______________ _ Company Name: __________________________ _ The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the af- fected work is completed. Failure to do so shall be sufficient cause for denial of any claim subse- quently 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. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified here-o inafter, the contractor shall attempt to resolve all disputes informally through the following dispute ' resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 1 O 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 1 O working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures ~ in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) J which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS - "-' 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commenc- ing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claim- ant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (com- mencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled () Revised 1/30/13 Contract No. 5517 Page 67 of 101 from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 ( commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141 .11 of that code. The Civil Discovery Act of 1986 (Article 3 ( commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the 0-_ case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. 4-1 SECTION 4 -CONTROL OF MATERIALS MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be consid- ered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifica- tions. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facili- ties and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Con- tract. ,,,,,,.... The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or re- move equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical ma- terials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed elec- trical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing 0 Revised 1/30/13 Contract No. 5517 Page 69 of 101 of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. ,,.. .. , 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the En- gineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory ser- vices within 50 miles of the geographical limits of the Agency. For private contracts, all costs of in- spection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless oth- erwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use .~ materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall ..._; name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the prod- uct from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the re- quirements of the specifications shall be borne by the Agency. Said tests may be made at any place ~ along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications '......._, and accept the manufacturer's written certification that the materials to be supplied meet those re- quirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that speci- fied. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equip- ment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opin- ion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportion- ing materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they ma:y be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in 0 Revised 1/30/13 Contract No. 5517 Page 71 of 101 the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measur- ing devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to ex- ceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certifi- cates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified As- phalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifi- cations or by the special provisions, required to accept the Work. Credible evidence is process obser- vations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative in- vestigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolu- tion process by committee. The continuance of the investigation shall be contingent upon recipient's o agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notifica- tion. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re- consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an accepta- ble resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notifica-0 tion and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, r--· the Contractor shall bear and maintain a record tor all the investigative costs until resolution. \....... Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assign- able causes for the contradiction extended to both parties, the investigation will assign costs co- operatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradic- tion, the initiator of the investigation shall bear all investigative costs. All claim notification require- ments of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. C 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quan- tity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide tor the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Q Revised 1 /30/13 Contract No. 5517 Page 73 of 101 SECTION 5 -UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to com- mencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installa- tions. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its opera- tions. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accord- ance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the neces- sary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engi- neer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1 . When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space be- tween the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic pro- tection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the proce- dures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or ''to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before com- mencement of work by the Contractor. When the Plans or Specifications indicate that a utility installa- tion is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, current edition at the time of award of this contract. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its conven- ience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall ar- range for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to mini- mize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for addi- tional work, materials or delay associated with the temporary omission. The portion thus omitted shall 0 Revised 1/30/13 Contract No. 5517 Page 75 of 101 be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for pro- tection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. 0 .,,,,-. .. SECTION 6 -PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 10 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6- 4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Con- struction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall pre- pare 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 work- able plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Sched- ule shall include detail of all project phasing, staging, and sequencing, including all milestones neces- sary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Con- tractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identi- fication number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak'' program by Primavera or "Project'' program by Microsoft Corpo- ration to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format I""""'· readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal ~ software program for review of the Contractor's schedule. Should the Contractor elect to use a sched- 0 Revised 1 /30/13 Contract No. 5517 Page 77 of 101 uling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Cor- poration the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclu- sive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, in- cluding submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the pro- ject work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have rec- ognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency sup- plied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. ~ 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Con- tractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and pri- vate, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.1 O Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor com- plies with the requirements of these supplemental provisions shall be a condition precedent to issu- ance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Con- struction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Con- tractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the No- tice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not sub- mitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engi- neer during the last week of each month to agree upon each activity's schedule status and shall submit mont,hly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy ,,..._,,, and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Con- tractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The sched- ule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions re- flecting 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. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their dura- tions arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 0 Revised 1 /30/13 Contract No. 5517 Page 79 of 101 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. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the En- gineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated con- struction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Con- tractor must resubmit the Updated Construction Schedule to the Engineer incorporating the correc- tions and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. ~ 6-1.5 Late Completion or Milestone Dates. Should the. Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor im- mediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explana- tion of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different'' means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be pre- pared 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. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revi-~ sion and maintenance of the Construction Schedule are incidental to the work and no separate pay-.$. / ment will be made therefore. 6-2 PROSECUTION OF WORK. / ... ,,.~ To minimize public inconvenience and possible hazard and to restore street and other work areas to ;.._, their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all exca- vations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Con- tractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and ma- terials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes installation of a wastewater bypass pump system, pump and piping removal and replacement, wet well repairs and installation of a bridge crane and hoist the order of which shall comply with Section 01014 Work Sequence. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meet- ings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immedi- ately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeo- logical or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone imple- ments or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 0 Revised 1 /30/13 Contract No. 5517 Page 81 of 101 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equip- ment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Con- tractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such ~ methods. In any event, the cost of completing the Work shall be charged against the Contractor and ._; its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifica- tions. fl_ . . . ·--··-,....--.1.--.-.a. .... __ LL-I "7 o~n.t"'t. Q') nf 1 ()1 :~, '-"'' No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials /--unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a \...-· timely manner in accordance with the sequence of the Contractor's operations and the approved con- struction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages in- curred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and super- visor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Con- tractor shall diligently prosecute the work to completion within 170 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Con- tractor or on behalf of the Contractor as an eligible member of a contractor association, 0 Revised 1 /30/13 Contract No. 5517 Page 83 of 101 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1 , '""' 6. any day the Contractor is prevented from working during the first five (5) hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 · hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. If construction occurs during the bird breeding/nesting season (February 15 through august 30} the contractor shall comply with the requirements specified on the projects plans, Dwg 415-2D, Sheet G2, specifically Job-Site Conditions Note "G". 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. Contractor is hereby advised that the Engineer will require after hours and weekend work on an to accomplish wastewater bypass work as required. The remaining work schedules for above work ref- erenced in (b) will be at the Engineer's option. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Con-·O. tractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engi- neer for acceptance upon receipt of the Contractor's written assertion that the Work has been com- pleted. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the require- ments of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within 0 the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. --------------------------··---------- 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time ai-r lowed will result in damages being sustained by the Agency. For each consecutive calendar day in ~ excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred Dollars ($500.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred Dollars ($500.00} per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified com- pletion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negli- gence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Con- tractor, Subcontractor, their officers, employees, or agents. 0 Revised 1 /30/13 Contract No. 5517 Page 85 of 101 SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applica- ble provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina- tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 1 O of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occa- sioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' com- pensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor ,_,,..,....._ all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform '-,.., work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. -- The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. 7-5.2 Relations with the Railroad. (Not Applicable) (Not Applicable) 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall desig- nate in writing a representative who shall have complete authority to act for it. An alternative repre- sentative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Con- tractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascer- taining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 0 Revised 1 /30/13 Contract No. 5517 Page 87 of 101 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 compensa- tion will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to sus- pend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air con- taminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors result- ing from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employ- ,_...., ees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condi- \......, tion. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and re- move all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Con- tractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to pro- tect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule opera- tions so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Or- der Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Storm water Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Notice of Intent (NOi) shall not be filed for the project. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a por- tion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. 0 Revised 1 /30/13 Contract No. 5517 Page 89 of 101 Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right- of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be in- cluded in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facil- ities shall be continuous and unobstructed unless otherwise approved by the Engineer. Sate and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings ~ of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when neces- sary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collec- tion and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. ff_ ... ·--··- During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impend- ing disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the con- struction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the con- tractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements . . 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. 0 Revised 1 /30/13 Contract No. 5517 Page 91 of 101 Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the fol- lowing: 1) The Engineer ........................................................................... . 2} Carlsbad Fire Department Dispatch ......................................... . 3) Carlsbad Police Department Dispatch ...................................... . 4) Carlsbad Traffic Signals Maintenance (extension 2937) ........... . 5) Carlsbad Traffic Signals Operations ........................................ . 6} North County Transit District ................................................... . 7) Waste Management ................................................................. . (760} 602-2720 (760} 931-2197 (760} 931-2197 (760) 438-2980 (760} 602-2752 (760} 967-2828 (760} 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's writ- ten approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any ~ bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with -.,,i signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Con- tractor twenty dollars ($25.00} per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the ap- proved traffic control plan. All construction area signs shall conform to the provisions of Section 206- 7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214- 5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory C signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engi- neer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8 m (6')), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the than 0.6 m (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and loca- tion of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of 2 paved traffic lanes, not less than. 12' wide, shall be open for use by public traffic in each direction of travel. 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, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this sec- tion 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. 0 Revised 1 /30/13 Contract No. 5517 Page 93 of 101 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe oper- ations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan pro- posed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CAL TRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other tem- porary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the tempo- rary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pave- ment delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Payment. The Contractor shall prepare and 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 therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accord-~ ance with all applicable regulations. ......,.... a--··! __ __. .. ,nnl..fn r"--,1.---.1. Ill.-LL.f ""7 n---nA ... .£ .fn.f The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous sub- stances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Sec- tion 5194 of the California Code of Regulations shall be requested by the Contractor from the manu- facturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administer- ing and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain pro- cedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Sec- tion 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required con- fined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c} Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect 0 Revised 1 /30/13 Contract No. 5517 Page 95 of 101 and properly maintain at all times, as required by the conditions and progress of the work, all neces- sary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall in- demnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, archi- tects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those em- ployed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. ~ 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pur- suant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, ser- vices, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 -FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class "A" Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnishing Portland ce- ment concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this man- ner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispensers. Trash re- ceptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. (Not Used) 0 Revised 1 /30/13 Contract No. 5517 Page 97 of 101 SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measure- ments or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planim- eter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections in- volved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evi- dence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", ~ shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the _, items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for dis- posing of rejected or excess material. ~ Payment for work performed or materials furnished under an Assessment Act Contract will be made , as provided in particular proceedings or legislative act under which such contract was awarded. _,,./ Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or be- \,_ coming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such pay- ment be construed to be acceptance of any of the Work. Payment shall not be construed as the trans- fer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re- cordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is com- patible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the clo- sure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed pro- gress pay estimate and submit it to the Contractor tor the Contractor's information. Should the Con- tractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental pay- ment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a doc- ument setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty 0 Revised 1 /30/13 Contract No. 5517 Page 99 of 101 (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 685.01 O of the Code of Civil Procedure. From each progress estimate, 1 O percent will be deducted and retained by the Agency, and the re- mainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining pro- gress estimates and from the final estimate may be limited to $500 or 1 O percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress pay- ments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, J the Contractor acknowledges that full and final payment has been made for all contract bid items and _, change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the En- gineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further infor- mation and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Sec- tion 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction oper- ations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization/ Demobilization. Payment for mobilization, preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule, 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, Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Further details and requirements included under Mobilization are specified in Section 01505 of the Contract documents. Progress payments for Mobilization/Demobilization 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 (40%) of the amount bid for mobilization/demobilization will be allowed therefore. A final payment for the remaining twenty percent (20%) shall be made at substantial com- pletion of the project. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegeta- tion in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. A description of work required for each bid item is provided in Technical Specification Section 01025. 0 Revised 1 /30/13 Contract No. 5517 Page 101 of 101 TECHNICAL SPECIFICATIONS r \.......· DIVISION 01 -GENERAL REQUIREMENTS 01010 01014 01025 01039 01505 01540 01560 01620 01700 01710 01734 Summary of Work Work Sequence Measurement and Payment Coordination and Meetings Mobilization Security Temporary Environmental Controls Protection of Materials and Equipment Project Closeout Final Cleanup Operating and Maintenance Information DIVISION 02 -SITE WORK 02760 02999 Concrete Structure Rehabilitation Temporary Handling of Sewage DIVISION 03 -CONCRETE 03300 03600 Cast-In-Place Concrete Grout DIVISION 04 -MASONRY (Not Used) DIVISION 05 -METALS 05500 Miscellaneous Metalwork DIVISION 06 -WOOD AND PLASTICS 06620 Plastic Liner (Polyvinyl Chloride) DIVISION 07 -THERMAL AND MOISTURE PROTECTION (Not Used) DIVISION 08 -DOORS AND WINDOWS (Not Used) DIVISION 09 -FINISHES 09800 Protective Coatings 09810 Epoxy Coatings for Wastewater Structures DIVISION 10 -SPECIAL TIES (Not Used) DIVISION 11 -EQUIPMENT 11001 General Equipment Provisions 11328 Dry Pit Submersible Pumps DIVISION 12 -FURNISHINGS (Not Used) DIVISION 13 -SPECIAL CONSTRUCTION (Not Used) DIVISION 14 -CONVEYING SYSTEMS 14600 Bridge Crane DIVISION 15 -MECHANICAL 15051 General Piping Stipulations 15061 Ductile Iron Pipe 15100 Valves and Appurtenances DIVISION 16 -ELECTRICAL 16050 General Electrical Requirements DIVISION 17 -INSTRUMENTATION AND CONTROL (Not Used) PART I -GENERAL 1.01 GENERAL SECTION 01010 SUMMARY OF WORK A. The Work to be performed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation and services, including fuel, power, water, and essential communications, and performing all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The Work shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the work in good faith shall be provided by the Contractor as though originally so indicated, at no increase in cost to the Owner. B. The work under this contract shall conform to the Standard Specifications for Public Works Construction, 2012 Edition (Green Book). 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. Work Covered by Contract Documents: 1. Provision of duty and standby engine driven bypass pumping as shown and specified for the duration of electrical pump and equipment outage and to be kept as automatic standby for an additional two weeks after successful startup of the new equipment. 2. Demolition of existing pumps, motors, extended drive shafts, and electrical conduit and wiring. 3. Demolition of existing concrete filets in wet well. 4. Rehabilitation of existing concrete wet well with epoxy coating per specification 09810. 5. Replace three existing extended shaft 100-horsepower constant speed Allis Chalmers 8x4xI4LC pumps with three submersible close-coupled Flygt NT3301095, 460 volt, 3- phase, 60 hertz, 85 horsepower constant speed 1750 rpm motor, 464 Impeller, factory pump mounting plate, and ancillary equipment. The motors shall be sufficiently cooled by the surrounding environment with an integral ethylene glycol closed-loop cooling system. 6. Replacement of pump mounting plates as shown on plans. 7. Modification of existing concrete foundation equipment pads as shown on plans. 8. Modification of existing suction and discharge piping as shown on plans. 9. Electrical modifications including extension of electrical conduit and wiring from existing motor location to new motor location and provision of submersible rated lock-out tag-out stations for each pump. 10. Design, provision, and installation of a manual bridge crane with manual hoist as specified and shown on the plans. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Summary of Work 01010 -1 B. The Contractor shall keep the Construction Manager fully advised as to his plans for carrying out the work and obtain the Construction Manager's approval for all phases of his operations, as hereinafter specified. C. Sequence of Construction: Conform to the requirements of Section 01014. D. Outage Plan: Conform to the requirements of Section 01014. 1.03 WORK BY OTHERS A. Interference with Work on Utilities: The Contractor shall cooperate fully with all utility forces of the Owner or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the work, and shall schedule the work so as to minimize interference with said relocation, altering, or other rearranging of facilities. B. Concurrent Work by Other Contractors: the Contractor's attention is directed to the fact that work may be conducted at or adjacent to the site by other contractors during the performance of the work of this Contract. The Contractor shall conduct his operations so as to cause a minimum of interference with the work of such other contractors. 1.04 SPECIFIC COORDINATION AND MILESTONE REQUIREMENTS A. Coordination Requirements: The Contractor shall coordinate the work of this Contract with the work of other contractors on the project site. Coordination activities include, but are not limited to, the scheduling of work at interface locations to permit adjacent or connecting work by other contractors, providing necessary shop drawing information to other contractors, and working with other contractors. B. Owner Coordination: The City of Carlsbad is the Owner that operates and maintains the North Batiquitos Lift Station. The Contractor shall not make any changes to operation of the pump station without coordination and express written authorization from the City. Wastewater flow from the North Batiquitos Lift Station to the Encina Wastewater Authority shall be maintained at all times during the construction work, including use of engine driven bypass pumps and portable standby power as needed to maintain full operation of the North Batiquitos Lift Station. 1.05 CONTRACTOR'S USE OF THE PROJECT SITE A. The Contractor's use of the project site shall be limited to his construction operations. On-site storage of materials and on-site fabrication facilities will be limited to areas approved by owner, subject to environmental, traffic, and community relations considerations. These areas (however limited in extent) will be identified by Owner subsequent to contract award. B. The Contractor's use of the project site and surrounding area is further limited by the restrictions of the permits included in the contract. C. The Contractor's use of the public right-of-way is restricted to the hours defined in Paragraph 1.09 (A) of Section O 1560 or as may be modified by Contractor's traffic control plans as approved by a local jurisdictional agency. At the end of each workday the entire work area shall be swept free of all soil and construction debris for re-opening of the work area to traffic, bicycles, and pedestrians. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Summary of Work 01010 - 2 0 0 ------------------------------------------- 1.06 OWNER'S USE OF THE PROJECT SITE A. The Owner may utilize all or part of the existing site during the entire period of construction. The Contractor shall cooperate and coordinate with the Owner and the Construction Manager to facilitate the Owner's operations and to minimize interference with the Contractor's operations at the same time. In any event, the Owner shall be allowed access to the project site during the period of construction. 1.07 DEFINITIONS APPLICABLE TO TECHNICAL SPECIFICATIONS A. The following words have the meaning defined in the Technical Portions of the work: 1. Indicated: Is a word used to direct the Contractor to information contained on the drawings or in the specifications. Terms such as "shown," "noted," "scheduled," and "specified" also may be used to assist in locating information but no limitation of location is implied or intended. 2. Furnish: Means to supply and deliver to the site, to unload and unpack ready for assembly, installation, testing, and start-up. 3. Install: Defines operations at the site including assembly, erection, placing, anchoring, applying, shaping to dimension, finishing, curing, protecting, and cleaning, ready for the Owner's use. 4. Provide: Is defined as furnish and install, ready for the intended use. 5. Installer: A person or firm engaged by the Contractor or any subcontractor for the performance of installation, erection, or application work at the site. Installers must be expert in the operations they are engaged to perform. PART 2 -PRODUCTS (NOT APPLICABLE) PART 3-EXECUTION (NOT APPLICABLE) No. Batiquitos LS Pump Replacement Contract No. 5517 END OF SECTION September 2014 Summary of Work 01010 - 3 SECTION 01014 WORK SEQUENCE PART 1-GENERAL 1.01 CONTINUITY OF SYSTEM OPERATION A. General: The Contractor shall keep the Engineer fully advised as to his plans for carrying out the work and obtain the Engineer's approval for all phases of his operations, as hereinafter specified. B. Bypassing: The Contractor conduct bypass pumping in accordance with specification 02999 Temporary Handling of Sewage flow. All bypass pumps and appurtenances shall be set up and tested prior in accordance with specification 02999 prior to beginning any work. C. Pump Replacement Sequencing: The Contractor shall remove and replace all pumps and piping during bypass pumping operations. All electrical work shall be coordinated when each pump is being replaced. D. Wet Well Repairs: Repairs to the wet well shall be conducted concurrently with pump station pumps and piping replacement. E. Bridge Crane and Hoist: The project includes the addition of a bridge crane and hoist. The bridge crane and hoist shall not be installed until after the new pumps, suction piping, and discharge piping have been installed in their permanent positions to allow for minor adjustment of the bridge crane to allow for clearance to piping, valves, and pumps. 1.02 OUTAGE PLAN A. The Contractor shall submit a detailed outage plan and time schedule for operations which will make it necessary to remove any pipeline, channel, electrical circuit, equipment or structure from service. The schedule shall be coordinated with the construction schedule specified in Section 01311 and shall meet the restrictions and conditions specified in this section. The detailed plan shall describe the Contractor's method for preventing system overflows, the length of time required to complete said operation, and the necessary lift station and equipment which the Contractor shall provide to prevent system overflow. B. The Contractor shall observe the following requirements: 1. Systems or individual equipment items shall be isolated, dewatered, decommissioned, de- energized, or depressurized in accordance with the approved detailed outage plan and schedule. The Engineer shall be notified in writing at least one week or as specified below, in advance of the planned operation. 2. Whenever temporary relocation of existing facilities is required for execution of the work, the Contractor shall provide the necessary labor and temporary piping and wiring as required at no additional cost to the Owner. 3. Any temporary facilities and equipment not required after completion of the final work shall be promptly removed. If the Contractor does not remove the temporary facilities, the Owner will remove the facilities at the Contractor's expense. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Work Sequence 01014 - 1 0 4. When shutdown of any existing facilities is necessary, the Contractor shall notify the Engineer not less than fourteen (14) days prior to the shutdown on a Shutdown Request Form provided by the Engineer. 1.03 WORK SEQUENCE A. All Other Work: Contractor shall implement all other work in conformance with the construction schedule per Section O 1311. PART 2 -PRODUCTS -(NOT APPLICABLE) PART 3-EXECUTION -(NOT APPLICABLE) No. Batiquitos LS Pwnp Replacement Contract No. 5517 END OF SECTION September 2014 Work Sequence 01014 - 2 SECTION 01025 MEASUREMENT AND PAYMENT PART I -GENERAL 1.01 DESCRIPTION A. This section defines the Lump Sum Prices, Unit Prices and Allowances listed in the Bid Schedule, and the manner in which they will be used to determine measurement and payment for all items included in the Bid Schedule. Parts 2 and 3 of this section describe the procedures required to be followed for monthly payments to the Contractor. B. Payment for all items of the Bid Schedule whether lump sum or unit price shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the work all in accordance with the requirements of the Contract Documents, including all appurtenances hereto, and including all costs of permits and costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs shall be included in the prices named in the Bid Schedule for the various items of work. C. Final payment for work covered by Unit Prices will be made on the basis of the actual measured quantities accepted by the Construction Manager multiplied by the Unit Price of the Bid Schedule. D. Monthly pay requests are due on a certain day of each month (to be determined by Owner), and while pay requests will be accepted prior to this date, pay request processing will not begin until this date for purposes of meeting the City's pay request processing obligations under the California Public Contract Code. Failure of the Contractor to submit his pay requests by this day may be cause for rejection of the pay request. If rejected, the Contractor may have to resubmit his pay request the next month. Should the submittal date fall on a holiday or weekend day during the month, the Contractor shall consider the next working day as the due date. 1.02 BID PROPOSAL Measurement and payment will be made for each Bid Schedule Item independently and in accordance with the Special Provisions as follows: A. Lump Sum Prices: The Contractor shall provide Lump Sum Prices in the Bid Schedule for all work in the Contract Documents, except items of work listed in the Contract as Unit Priced Items. For Lump Sum items, only the total amount need be filled in. B. Unit Priced Items: Unit Price Items are provided by the Owner for additive or deductive WORK not presently identified in the Contract Documents. In the appropriate places on the Bid Schedule each Bidder shall quote Unit Prices for the items of work in the units stated when no unit price is provided on the Bid Schedule. Each unit price, whether additive or deductive, shall cover all costs and charges, including, without limitation, the costs of material, fabrication, delivery, installation or application, supervision, bond and insurance charges, overhead, profit, and taxes. Unit Prices No. Batiquitos LS Pump Replacement ContractNo. 5517 September 2014 Measurement and Payments 01025 -1 0 C. D. E. F. G. H. shall be the exact amount per unit to be applied to the units of work actually provided or not provided for the purpose of modifying the Contract Price or establishing the payment due the Contractor, as applicable. Unit Prices provided by the Owner shall be held good and in effect until the work is completed and accepted by Owner. Contractor-proposed Unit Prices which are so unbalanced as to be detrimental to the Owner's interest may be rejected or cause rejection of the Bidder's entire bid at the discretion of the Owner. Allowance Items: Allowance Item amounts are provided by the Owner to cover the cost of additive WORK not presently identified in the Contract Documents. Payment for Allowance Items will be made only when authorized as described in Part 1.03, below. Retention: Payment for all bid items is subject to the retention provisions of the Special Provisions. Schedule: All scoped Allowance Bid Items and Unit Priced Bid Items are included in the scope of the Contract without specific locations for the work provided. The Owner reserves the right to direct that these scoped items of work be performed when they are encountered, and the Contractor is obligated to accommodate this work within the original contract duration. The Contractor will not be entitled to additional time regardless of where work is encountered. The Owner reserves the right to vary the total contract price by +/-25% by varying the Unit Price quantities and authorized Allowance amounts within their respective individual limits. Stipulated or Bid Unit Prices: When the Owner's use of a Unit Price Bid Item exceeds 200% of the Bid Item quantity, the Contractor or Owner may demand that the Unit Price Item be renegotiated for quantities in excess of 200%, whether the price is stipulated or bid. This provision is to prevail over any conflicting general condition provision. Specified Items and Stipulated Priced: The stipulated price for these items cannot be invoiced until the item is complete and accepted by the Construction Manager and the Owner. 1.03 MEASUREMENT AND PAYMENT A. General: This article defines the manner and method to develop the Lump Sum, Unit Price, and Allowance bid amounts of all items identified in the Bid Schedule. Bid amounts will include all plant, equipment, tools, materials, labor, service, and all other items required to complete the work included in the Contract unless specifically excluded by this section. Work required for which no separate bid item is identified will be considered as a subsidiary obligation of the Contractor, and the cost therefore shall be included in the most applicable bid item. Compensation for completion of the Work will be determined by use of the cost loaded CPM schedule (reference Section O 1311 ). Bid amounts for each item will be the basis for development ofbudget values for activities included in the cost loaded CPM schedule as described in Section O 1311. Unit Price and Allowance Bid Item amounts will also be adjusted by a Change Order to the contract amount when work is completed, and actual authorized quantities and Allowance amounts are established. The allowable variation in quantities is identified in each Unit Price Bid Item. B. Contract Required Work: 1. Bid Item Number 1: Mobilization/Demobilization: Payment for "Mobilization/Demobilization" will be made at the lump sum price under this Bid Item. The price shall constitute full compensation for all Work associated with Mobilization, Demobilization, clean-up, paving and restoration of the North Batiquitos Pump Station site as required by the Contract Documents. Total amount bid for Mobilization shall not exceed 10% of the total bid amount. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Measurement and Payments 01025 - 2 Payment for Bid Item Number 1 shall be made as a not to exceed 10% of the total bid Unit Price. 2. Bid Item 2: Temporary Bypass Pumps & Appurtenances System: Provide temporary handling of sewage flow with engine driven bypass pumps including operation, maintenance, and attendance, as shown on the plans and as specified in Section 02999. Provide ancillary spill prevention, control and countermeasures also in accordance with Spec Section 02999. Payment for Bid Item Number 2 will be made as a lump sum Unit Price under this Bid Item. 3. Bid Item Number 3: Replacement of existing pumps with new submersible close- coupled pumps: The existing extended shaft 100-horsepower constant speed Allis Chalmers 8x4xl4LC pumps will be replaced with three submersible close-coupled Flygt NT3301HT3-464 85-horsepower constant speed motors that are sufficiently cooled by the surrounding environment without supplemental external ethylene glycol cooling system, installed in full compliance with the Contract documents. Pumps shall be provided with metal base mounting plates provided by pump manufacturer in the configuration, as shown on the plans. Payment for Bid Item Number 3 will be made as a Lump Sum Unit Price under this Bid Item. 4. Bid Item Number 4: Pump and Motor Foundation: Bid Item Number 4 shall include, but not be limited to, the work associated with construction of three pump and motor concrete foundations, and installation of the new pumps with manufacturer provided base plates in full compliance with the Contract Documents. Payment for Bid Item Number 4 will be made at the Lump Sum Unit Price under this Bid Item. 5. Bid Item Number 5: Pump Suction and Discharge Piping: Bid Item Number 5 shall include, but not be limited to, the work associated with modification and replacement of pump suction and discharge piping in full compliance with the Contract Documents. Payment for Bid Item Number 5 will be made at the Lump Sum Price under this Bid Item. 6. Bid Item Number 6: Electrical Modifications: Bid Item Number 6 shall include, but not be limited to, the work associated with modifications to the existing electrical work including extension of electrical conduit and wiring from existing motor location to new motor location and provision of submersible rated lock-out tag-out stations for each pump in full compliance with the Contract Documents: Payment for Bid Item Number 6 will be made at the Lump Sum Price under this Bid Item. 7. Bid Item Number 7: Demolition: Bid Item Number 7 shall include, but not be limited to, the work associated with demolition of the existing pumps, motors, extended drive shafts, electrical conduit and wiring, and concrete structures in full compliance with the Contract Documents. Payment for Bid Item Number 7 will be made at the Lump Sum Price under this Bid Item. 8. Bid Item Number 8: Concrete Repair and Coating: Bid Item Number 8 shall include, but not be limited to, the work associated with repair and coating of the demolished concrete wet well surfaces in full compliance with the Contract Documents. Payment for Bid Item Number 8 will be made at the Lump Sum Price under this Bid Item. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Measurement and Payments 01025 -3 0 C 9. Bid Item Number 9: Installation of Bridge Crane: Bid Item Number 9 shall include, but not be limited to, the work associated with design, provision, and installation of a new bridge crane system in full compliance with the Contract Documents. The design and installation shall incorporate the comer post footplate detail shown on the plans. Payment for Bid Item Number 9 will be made at the Lump Sum Price under this Bid Item. C. Variation in Unit Price Quantities: I. If a change is ordered in an item of work covered by a Contract Unit Price, and the change does not exceed the specified variation limits of the original bid quantity, then an adjustment in payment will be made based on the increase or decrease in quantity at the Contract Unit Price. Should the quantity variation exceed an increase or decrease of 25 percent, an adjustment in the Contract Unit Price may be made at the request of the Owner or Contractor. The use of this basis for adjustment of payment shall be limited to that portion of the change which is in excess of an increase of 25 percent of the original bid quantity. PART 2-PRODUCTS 2.01 GENERAL PROGRESS PAYMENT REQUIREMENTS A. Payment for work performed shall be in accordance with the Cost Loaded CPM. The Construction Manager will verify measurements and quantities. Each activity necessary to manage and complete the work is identified on the contract schedules. Each activity will be assigned its respective value, a portion of the contract price, as shown on the Summary of Values. B. Payment for all lump sum costs and services incurred on this Contract shall be based on the earned value of work accomplished during the reporting period. Earned value is determined by the completion percentage of each activity applied to the total value of the activity. No construction activity shall be deemed 100% complete until the Contractor has completed the physical check out and inspection of the completed work and has submitted the signed inspection form to the Construction Manager. C. Unit price items will be paid based on quantities (or equivalent quantities) installed. D. Earned value is derived from the current status of the Contractor Construction Schedule as determined by the monthly schedule status submittals (Reference Section O 1311 ). Each schedule status submittal is reviewed and approved by the Construction Manager prior to the Contractor obtaining approval for the Summary of Earned Values or quantities installed and the Application for Payment. E. The Contractor shall not take advantage of any apparent error or omission on the Drawings or Specifications, and the Construction Manager shall be permitted to make corrections and interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents at no additional cost to the Owner. F. Two copies of the application for payment shall be submitted. Application shall be made monthly. G. The Application for Payment contains all necessary references and attachments that substantiate the invoice for progress payment, ( e.g., certified payrolls, labor reports, progress schedule data, and Summary of Earned Values). It must be preceded or accompanied by schedule and status data in accordance with Section O 13 11. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Measurement and Payments 01025 -4 H. The Application for Payment is submitted according to the format and instructions provided by the Owner and is based on work completed through the last day of the previous month or through the date established by the Construction Manager. PART 3-EXECUTION 3.01 MONTHLY REVIEWS/APPLICATION FOR PAYMENT A. Monthly review meetings between the Contractor and the Construction Manager will be held within 7 days prior to the payment application date designated by the Construction Manager. Prior to the monthly review meeting, the Contractor will submit the Master Record Documents as directed by the Construction Manager, an updated schedule and a signed application for payment showing a Summary of Earned Values for the reporting and payment period so that the Construction Manager can compare earned values to available status data. The Contractor shall make any adjustments to the Master Record Documents, updated schedule, and payment applications deemed necessary. Upon completion of the adjustments the Construction Manager will sign the payment upon request and forward it to the Owner. The Construction Manager will determine payment amounts if agreement with Contractor is not reached. 3.02 PAYMENT FOR PRODUCTS STORED ON SITE A. The Contractor may request payment for products (material and/or equipment) which will be incorporated in the work and which will be delivered and stored on-site. Payments for products stored at the site shall be based upon the cost of all acceptable materials and equipment not incorporated in the work but delivered and suitably stored at the site; provided each such individual item has a value of more than $5,000 and will become a permanent part of the work. The Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that the Contractor has received the materials and the equipment free and clear of all liens, charges, secured interests, and encumbrances and evidence that the materials and equipment are covered by appropriate property insurance as specified in the insurance provisions and other arrangements to protect the Owner's interest. 3.03 PARTIAL PAYMENT FOR MATERIALS STORED OFF SITE A. The Contractor may request partial payment for products (material and/or equipment) which will be incorporated into the Work and which are delivered and stored off site. Any payments approved pursuant to this sub-section shall not exceed sixty-five percent (65%) of the Product's invoiced value and shall be subject to retainage as set forth in the Contract Documents. The Owner reserves the right to refuse approval for payment for any Equipment or Materials suitably stored off-site at its sole discretion, regardless of whether all conditions have been met. B. Partial payment may be made for Products eligible for off-site delivery and storage only upon presentation by the Contractor of a Bill of Sale, an Invoice or an Affidavit certifying that the material is received by the Contractor free and clear of all liens, encumbrances and secured interests of any kind, and including, for off-site delivery, evidence acceptable to the Owner that "all-risks" property insurance in an amount sufficient to protect the interests of the Owner is in effect at the approved site, and that the Owner is a loss payee and an additional insured. C. Partial payment for Products eligible for off-site delivery and stored off-site shall be contingent upon the Contractor's compliance with the storage and protective maintenance requirements set forth in Section O 1620 and all other requirements necessary to preserve equipment warranties for the benefit of the Owner. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Measurement and Payments 01025 - 5 0 0 D. All costs associated with delivery to, and storage at, an off-site facility shall be assumed by the Contractor notwithstanding the Contractor's request for, and the obtaining from the Owner, approval to so deliver and store the materials. E. Contractor shall provide written evidence to the Owner of having made arrangements for unrestricted access by the Owner and its authorized representatives, to the materials wherever stored, including provision for the Owner to take control and possession of such materials at any time and without restriction. F. Contractor must provide the Owner, upon request and prior to any partial payment, documentation which transfers absolute legal title to such materials to the Owner conditional only upon receipt of final payment. Neither such transfer of title nor any partial payment shall constitute acceptance by the Owner of the materials, nor void the right to reject the materials subsequently found to be unsatisfactory, or in any way relieve the Contractor of any obligation arising under the Contract Documents. No. Batiquitos LS Pump Replacement Contract No. 5 517 END OF SECTION September 2014 Measurement and Payments 01025 -6 PART I -GENERAL 1.01 GENERAL SECTION 01039 COORDINATION AND MEETINGS A. In addition to coordination requirements, this section includes information on the preconstruction meeting, the site mobilization meeting, progress meetings, and pre-installation meetings. 1.02 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Specifications to ensure an efficient and orderly sequence of installation of interdependent construction elements. B. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on drawings. Follow routing shown for conduit as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. Coordinate completion and clean up of work of separate sections in preparation for Substantial Completion and for portions of work designated for Owner's partial utilization. E. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. F. Coordinate with other contractors working onsite to avoid impacting their operations, and to ensure that facility interfaces are properly joined. 1.03 PRECONSTRUCTION MEETING A. Prior to the commencement of work at the site, a preconstruction conference will be held at a mutually agreed time and place. The Contractor's Project Manager, its superintendent, and subcontractors as the Contractor deems appropriate shall attend the preconstruction conference. Other attendees will be: B. 1. Construction Manager 2. Representative of the Owner. 3. Governmental representatives as appropriate. 4. Design Consultants 5. Others as requested by the Contractor, Owner, or Construction Manager. Unless previously submitted to the Construction Manager, the Contractor shall bring to the conference information requested with the notification of the time and place of the preconstruction conference. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Coordination and Meetings 01039 - 1 C C. D. 1.04 A. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The complete agenda will be furnished to the Contractor prior to the meeting date. However, the Contractor should be prepared to discuss all of the items listed below. 1. Status of Contractor's insurance and bonds. 2. Contractor's tentative schedules. 3. Transmittal, review, and distribution of Contractor's submittals. 4. Processing applications for payment. 5. Maintaining record documents. 6. Critical work sequencing. 7. Field decisions and Change Orders. 8. Use of project site, office and storage areas, security, housekeeping, and Owner's needs. 9. Major equipment deliveries and priorities. 10. Contractor's assignments for safety and first aid. The Construction Manager will preside at the preconstruction conference and will arrange for recording and distributing the minutes in written form to all persons in attendance. SITE MOBILIZATION MEETING The Construction Manager will schedule a meeting at the Project site prior to Contractor occupancy. B. Attendance Required: Owner, Construction Manager, Contractor, Superintendent, and major Subcontractors. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements and partial occupancy if applicable. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey and building layout. 6. Security and housekeeping procedures. 7. Schedules. 8. Procedures for testing. 9. Procedures for maintaining record documents. 10. Requirements for start-up of equipment. 11. Inspection and acceptance of equipment put into service during construction period. D. The Construction Manager will record minutes and distribute copies to all participants. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Coordination and Meetings 01039 - 2 1.05 PROGRESS MEETINGS A. The Construction Manager shall schedule and hold regular on-site progress meetings at least weekly and at other times as required by progress of the Work. The Contractor shall attend, and may also bring representatives of its suppliers, manufacturers, and subcontractors. B. The Construction Manager shall preside at the meetings and will arrange for keeping and distributing the minutes. The purpose of the meetings will be to review the progress of the Work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. During each meeting, the Contractor is required to present any issues which may impact his work, with a view to resolve these issues expeditiously. 1.06 PRE-INSTALLATION MEETING A. When required in individual specification sections, The Construction Manager will convene a pre-installation meeting at the work site prior to commencing work of the section. B. Attendance will be required of parties directly affecting, or affected by, work of the specific section. Failure of the Contractor, subcontractor, or Supplier to attend may result in a charge to the Contractor for costs incurred by the Owner, Construction Manager, and/or Design Consultant in attending the meeting. C. The Construction Manager will prepare an agenda and preside at the meeting: 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. D. The Construction Manager will record the minutes and distribute copies to the Design Consultant, Owner, Contractor, and other participants. PART 2 -PRODUCTS (NOT APPLICABLE) PART 3 -EXECUTION (NOT APPLICABLE) No. Batiquitos LS Pump Replacement Contract No. 5517 END OF SECTION September 2014 Coordination and Meetings 01039 -3 - PART 1 -GENERAL 1.01 GENERAL SECTION 01505 MOBILIZATION A. Mobilization shall include the acquisition of all permits; moving onto the site all equipment; furnishing and erecting temporary buildings, and other construction facilities; and implementing security requirements; all as required for the proper performance and completion of the work. Mobilization shall include but not be limited to the following principal items: 1. Moving on to the site of all Contractor's equipment required for construction operations. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Establishing fire protection system. 4. Developing construction water supply as required. 5. Providing field office trailer for the Contractor. 6. Providing all on-site communication facilities, including telephones and radios for Contractor personnel. 7. Providing on-site sanitary facilities and potable water facilities for Contractor personnel. 8. Arranging for, and establishment of, Contractor's storage yard as required. (Contractor is solely responsible for obtaining property owner agreements to use private property for storage or lay down areas per the contract documents.) 9. Constructing and implementing security features and requirements in compliance with the Contract Documents. 10. Obtaining all required permits. 11. Having all OSHA required notices and establishment of safety programs. 12. Submitting initial submittals. 1.02 CONSTRUCTION FACILITIES PLAN A. Prior to commencement of any field work, the Contractor shall submit a Construction Facilities Plan to Construction Manager for approval. Said plan shall show the layout, equipment, materials and procedures that Contractor proposes for construction of temporary electrical, telephone, lighting, heating, water, sanitation, field offices and sheds, and other similar site facilities. B. The Contractor's site office and other construction facilities shall be of a temporary nature. The Contractor shall be wholly responsible for the security of his site office and laydown area, and for all its materials, equipment and tools at all times. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Mobilization 01505 - 1 PART 2-PRODUCTS (NOT APPLICABLE) PART 3 -EXECUTION (NOT APPLICABLE) No. Batiquitos LS Pump Replacement Contract No. 5517 END OF SECTION September 2014 Mobilization 01505 -2 0 0 --------------------------· --------------------------------------------------- r,-SECTION 01540 \..., SECURITY PART I -GENERAL 1.01 GENERAL A. The Contractor shall safely guard all work, materials, equipment and property from loss, theft, damage and vandalism. Contractors' duty to safely guard property from injury or loss in connection with the performance of the Work shall include the Owner's property and other private property. B. The Contractor shall employ watchmen as needed to provide the required security and prevent unauthorized entry. C. The Contractor may make no claim against the Owner for damage resulting from trespass. D. The party responsible for security shall make good all damage to property of Owner and others arising from failure to provide adequate security. E. If existing fencing or barriers are breached or removed for purposes of construction, the Contractor shall provide and maintain temporary security fencing equal to the existing in a manner satisfactory to the Engineer. F. Security measures taken by the Contractor shall be at least equal to those usually provided by the Owner to protect the existing facilities during normal operation. G. A security program shall be maintained throughout construction until final acceptance and occupancy precludes need for Contractors' security program. 1.02 CONTRACTOR'S ACCESS TO THE SITE A. Access to the Site for Contractor's employees, material, tools, and equipment shall be as shown on the Drawings. B. The Contractor shall ensure that each of its employees, representatives, materialmen, suppliers and others acting for the Contractor shall be subject to the following. C. No Contractor employee's personal vehicle shall be allowed to park anywhere other than the Contractor Employee's Parking Area. The Area shall be designated by the Engineer. The Contractor shall prepare and maintain this area as required. PART 2-MATERIALS (NOT APPLICABLE) PART 3 -EXECUTION (NOT APPLICABLE) No. Batiquitos LS Pump Replacement Contract No. 5 517 END OF SECTION September 2014 Security 01540 -1 SECTION 01560 TEMPORARY ENVIRONMENTAL CONTROLS PART 1 -GENERAL 1.01 PERMITS A. Contractor shall comply with all project plan, specification, right-of-entry, permission-to-grade, and other permit requirements, as incorporated into the bid documents. 1.02 EXPLOSIVES AND BLASTING A. The use of explosives on the work will not be permitted. 1.03 AIR QUALITY A. The Contractor shall use adequate water and/or other dust palliatives on all disturbed areas. B. The Contractor shall wash down or sweep streets from which construction access is taken to remove dirt carried from the North Batiquitos Pump Station site to the existing roadway to keep vehicles from pulverizing the dirt into fine particles. C. D. Soil excavation, clearing or grading shall be terminated when wind speeds exceed 25 mph for an hourly average. The Contractors shall comply with California Vehicle Code Section 23114 requiring vehicles transporting loads of aggregate materials to cover/tarp the material, or if not covered, requires the material to remain six inches from the upper edge of the container area where the material contacts the sides, front, and back of the cargo container area, and requires that the load shall not extend, at its peak, above any part of the upper edge of the cargo container area. E. The Contractor shall require low/Nitrogen Oxide (NOx)-emission tune-ups for all on-site construction equipment at a minimum of every ninety (90) days. F. The Contractor shall prohibit engine idling while waiting to load or unload if the expected wait exceeds ten (10) minutes. 1.04 RUBBISH CONTROL A. During the progress of the work, the Contractor shall keep the site of the work and other areas used by it in a neat and clean condition, and free from any accumulation of rubbish. The Contractor shall provide sufficient dumpsters and trash containers for collection of rubbish. The Contractor shall dispose of all rubbish and waste materials of any nature occurring at the work site, and shall establish regular intervals, at least weekly, for collection and disposal of such materials and waste. The Contractor shall also keep all roads free from dirt, rubbish, and unnecessary obstructions resulting from its operations. Disposal of all rubbish and surplus materials shall be off the site of construction in accordance with local codes and ordinances governing locations and methods of disposal, and in conformance with all applicable safety laws, and to the particular requirements of Part 1926 of the OSHA Safety and Health Standards for Construction. The Contractor shall not dispose of rubbish or debris into storm drains or stream channels. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Temporary Environmental Controls 01560 -1 ~ ........... 1.05 SANITATION A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use of employees. Toilets at construction job sites shall conform to the requirements of Part 1926 of the OSHA Standards for Construction. B. Sanitary and Other Organic Wastes: The Contractor shall establish a regular daily collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the Contractor or organic material wastes from any other source related to the Contractor's operations shall be disposed of away from the site in a manner satisfactory to the Construction Manager and in accordance with all laws and regulations pertaining thereto. 1.06 BIOLOGICAL RESOURCES A. Construction shall not disturb the Batiquitos Lagoon. B. The project site shall be kept clean of debris at all times. All food related trash items shall be enclosed in sealed receptacles and regularly removed from the site. C. The Project Biologist will be onsite during all project construction activities within 500 feet of sensitive habitat to be avoided, to ensure compliance with all conservation measures. The biologist will: 1. 2. 3. 4. Be knowledgeable in the biology and ecology of the Batiquitos Lagoon. Inspect the fencing and erosion control measures weekly at minimum and daily during all rain events, to ensure damages to any of the erosion control measures are repaired immediately . Be able to halt work, if necessary, and confer with the U.S. Fish and Wildlife Service to ensure the proper implementation of species and habitat protection measures. Report any violations to the U.S. Fish and Wildlife Service within 24 hours of its occurrence. D. Contractor and construction shall not disturb activities or visitors of the Batiquitos Lagoon Visitor Center. E. Temporary silt fence shall be installed to encompass the limits of project impact areas (including construction staging areas and access routes) to prevent habitat impacts and prevent the spread of silt from the construction zone into adjacent habitats to be avoided. Additionally, all employees or contractors shall strictly limit their activities, vehicles, equipment, and construction materials to the fenced projected footprint. If work occurs beyond the fenced or demarcated limits of impact, all work shall cease until the problem had been remedied to the satisfaction of the Agencies. Any riparian/wetland or upland habitat impacts that occur beyond the approved fencing shall be mitigated at a 5: 1 ratio. The temporary silt fencing shall be removed upon project completion. F. Pets of project personnel are not allowed on the project site. 1.07 GEOLOGY AND SOILS A. The Contractor shall avoid construction and grading during periods of inclement weather. B. Where feasible, the Contractor shall cover soil stockpiles and exposed (graded) slopes with plastic sheeting during any or predicted inclement weather conditions. No. Batiquitos LS Pump Replacement Contract No. 55 I 7 September 20 I 4 Temporary Environmental Controls 01560 - 2 C. The Contractor shall place a silt curtain or other drainage device around construction areas to protect natural drainage channels from sedimentation. D. The Contractor shall construct drainage control devices to direct surface water runoff away from slopes and other graded areas and existing waterways in the Batiquitos Lagoon. Place hay bale barriers or gravel bags along the toes of graded slopes to help control and reduce sedimentation during grading operations. E. The Contractor shall construct temporary sedimentation/desilting basins where necessary between graded areas and natural runoff courses to minimize downstream sediment influx during grading. F. The Contractor shall minimize disturbed slopes to reduce disturbance to existing vegetation and slopes. G. The Contractor shall apply a light spray of water to graded areas and temporary (haul) roads during construction to control fugitive dust. 1.08 CONSTRUCTION MACHINERY HAZARDS AND HAZARDOUS MATERIALS A. For all on-site mobile and stationary equipment, the Contractor shall prepare and submit for City of Carlsbad review and approval a pollution control plan for oil, grease, hydraulic fluid, solvents, fuel, and other hydrocarbon based materials. The plan shall include pollution awareness and control training of prime contractor and subcontractor personnel allowed on the project site. As a minimum, the pollution control plan shall include the following requirements for mobile and stationary equipment. B. C. For mobile rubber-tired or tracked vehicles, the following requirements shall apply: 1. All equipment maintenance, staging, and dispensing of fuel, oil, coolant, or any other such activities shall occur in designated fenced project staging area(s) remote from waters of the United States or in existing commercial fueling stations or maintenance business es tab lishrnent. 2. Onsite vehicle and equipment maintenance and refueling shall only be used where it is impractical to send equipment offsite for maintenance and repair. 3. Provide full-time secondary containment of a volume greater than the maximum stationary storage volume with drip pans or fuel resistant polyethylene-lined basin areas directly under all areas of potential grease, oil, hydraulic fluid, and fuel leakage or spills. 4. Designated staging areas shall be located in previously compacted and disturbed areas to the maximum extent practicable in such a manner as to prevent any runoff from entering waters of the United States, and shall be shown on the construction plans. 5. Fueling of equipment shall take place within existing paved areas greater than 100 feet from waters of the United States. 6. Discourage "topping-off' of fuel tanks. 7. Contractor equipment shall be checked for leaks prior to operation and repaired as necessary. For non-tired motor driven equipment that remains stationary, the following requirements shall apply: 1. Onsite vehicle and equipment maintenance and refueling shall only be used where it is impractical to send equipment offsite for maintenance and repair No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Temporary Environmental Controls 01560 -3 . I"""" "-" 2 . 3. 4. 5. 6. Provide full-time secondary containment of a volume greater than the maximum stationary storage volume with drip pans or fuel resistant polyethylene-lined basin areas directly under all areas of potential grease, oil, hydraulic fluid, and fuel leakage or spills. Vehicles and equipment shall be inspected each day ofuse for leaks. Leaks shall be repaired immediately or problem vehicles or equipment should be removed from the project site. Keep ample supplies of spill cleanup materials on-site. Immediately clean up spills and properly dispose of contaminated soil and cleanup materials. All fueling trucks and fueling areas are required to have spill response kits and/or use other spill protection devices. Inspect equipment every day at startup and repair equipment as needed, (i.e., worn or damaged hoses, fittings, and gaskets). Recheck equipment at shift changes and at the end of the day and make any needed repairs before continuing work. 7. Keep vehicles and equipment clean; do not allow excessive build-up of oil and grease. 8. Segregate and remove from the site all oil, grease, hydraulic fluid, solvent, and fuel wastes immediately following maintenance and/or refueling for proper off-site disposal. 9. Inspect and verify that activity-based requirements are in place prior to the commencement of associated activities. Inspect contamination mitigation requirements on a daily basis during the course of work. D. Best management practices (BMPs) to contain accidental spills of hazardous materials shall be utilized when performing vehicle maintenance or refueling. 1.09 TRAFFIC CONTROL A. Truck Traffic: The Contractor shall schedule truck deliveries and hauling to and from the construction site after 8:00 a.m. and prior to 2:30 p.m. on weekdays. Truck deliveries or hauling on weekends or holidays shall require prior approval by the Construction Manager. B. The Contractor shall incorporate standard traffic control measures during construction to ensure that construction equipment, vehicles, and personnel access the site in a safe manner. These standard practices include having designated safe parking areas for personnel, and radio communication between vehicles and personnel on the site to time delivery and access of large equipment. In addition, if lane or road closures are required, the City or its contractors will obtain traffic control permits from the City of Carlsbad, ensuring that construction traffic would not cause any undue or extraordinary safety or traffic congestion impacts. 1.10 PROGRESS CLEANING A. The Contractor shall maintain areas free of waste materials, debris, and rubbish. The site shall be maintained in a clean and orderly condition. Broom all concrete or other finished work areas at least once per month, prior to each progress payment request. Where material or debris has washed or flowed into or has been placed in existing watercourses, ditches, shoreline areas or elsewhere, remove such material or debris and legally dispose of it during the progress of the work. B. Remove debris and rubbish from channels, wet wells, clarifiers, pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Temporary Environmental Controls 01560 -4 1.11 SITE MAINTENANCE A. The Contractor is responsible for site maintenance in the Contractor's work area, laydown area, and in all areas impacted by the Contractor's work activities. Such site maintenance activities include but are not limited to dust control, rubbish control, fence repair, maintenance of construction access roads and parking lots, and maintenance of erosion and sediment control facilities. B. The Construction Manager may direct the Contractor to perform site maintenance activities in other areas of the project site. The cost of such site maintenance activities in areas other than those identified in Paragraph 1.11 A will be reimbursed to the Contractor in accordance with the contract documents. 1.12 HYDROLOGY AND WATER QUALITY A. The Contractor shall incorporate BMPs such as the use of silt fencing and direction of construction area drainage to existing storm drain facilities rather than toward waterways. Direction of construction area drainage would be accomplished through use of gravel bags, hay bales, or similar devices along all graded areas to minimize sediment transport. B. Disposal or temporary placement of excess fill, brush, or other debris is prohibited in waters of the U.S. and/or associated banks. C. Upon project completion, the Contractor shall revegetate disturbed areas. 1.13 NOISE A. The Contractor shall use construction vehicles or equipment with properly operating and maintained mufflers at all times. B. Locate all stockpiling and/or staging areas during construction as far as practical from dwellings and other noise sensitive receptors. PART 2 -PRODUCTS (NOT APPLICABLE) PART 3 -EXECUTION (NOT APPLICABLE) No. Batiquitos LS Pump Replacement Contract No. 5517 END OF SECTION September 2014 Temporary Environmental Controls 01560 -5 0 SECTION 01620 PROTECTION OF MATERIALS AND EQUIPMENT PART 1 -GENERAL 1.01 GENERAL A. Materials and equipment shall be shipped, handled, stored, and installed by methods which will prevent damage to the items. Damaged items will not be permitted as part of the work except in cases of minor damage that have been satisfactorily repaired and are acceptable to the Engineer. 1.02 EQUIPMENT A. Definition: For the purpose of this section, equipment means any mechanical, electrical, or instrumentation devices, or other items with one or more moving parts requiring an electrical, pneumatic, electronic or hydraulic connection. B. Packing and Marking: All equipment shall be adequately and effectively protected against damage from moisture, dust, handling, or other cause during transport from manufacturer's premises to site. Each item or package shall be clearly marked with the number unique to the specification reference covering the item. Each separate portion of pump station shall receive, as far as practicable, a fitting or distinguishing mark which shall be shown on the packing lists. Stiffeners shall be used where necessary to maintain shapes and to give rigidity. Parts of equipment shall be delivered in assembled or sub-assembled units where possible. C. Identification of Equipment: All equipment items and valves with an assigned equipment number shall have affixed to them, in a prominent location, a label or tag displaying the assigned equipment number. Equipment items lacking a number shall have a similar tag providing a unique description of the item. Markers shall be of stainless steel or aluminum, affixed to the item in question with stainless steel fasteners or as otherwise approved by the Engineer. Plastic tape labels will not be acceptable. D. Storage of Equipment: During the interval between delivery and installation, all equipment to be incorporated into the project shall be stored to prevent damage or deterioration. Environmental controls such as heaters or protective encapsulation shall be provided to ensure against condensation and moisture damage. In the event prolonged (more than 90 days) storage is required for any item of equipment, the Contractor shall institute a preventive maintenance program which shall include all procedures recommended by the manufacturer. The Contractor shall maintain adequate records to demonstrate full compliance with these requirements. All equipment shall be available for inspection by the Engineer. To ensure adequate protection of all electrical and instrumentation equipment and panels, all such equipment shall be stored in a suitable enclosure designed to protect the equipment from dust and moisture. The Contractor shall be responsible for maintaining the storage facilities and equipment stored therein and shall make provision for all utilities required. Continuous access shall be provided to the Engineer for all equipment so stored. E. Protection of Equipment After Installation: After installation, all equipment shall be protected from damage, including but not limited to, dust, abrasive particles, debris and dirt generated by the No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Protection of Materials and Equipment 01620 - 1 placement, chipping, sandblasting, cutting, finishing and grinding of new or existing concrete, terrazzo and metal; and the fumes, particulate matter, and splatter from welding, brazing, and painting of new or existing equipment. The Contractor is advised that as a minimum, vacuum cleaning, blowers with filters, protective shielding, and other dust suppression methods will be required at all times to adequately protect all equipment. During concreting, including finishing, all equipment that may be affected by cement dust must be completely covered. During painting operations, all grease fittings and similar openings shall be covered to prevent the entry of paint. Electrical switchgear, unit substation, and motor load centers shall not be installed until after all concrete work and sandblasting in those areas have been completed and accepted. 1.03 DELIVERY OF MATERIAL OR EQUIPMENT A. The Owner's personnel or representatives of the Owner will not accept materials or equipment deliveries for the Contractor. PART 2-MATERIALS (NOT APPLICABLE) PART 3 -EXECUTION (NOT APPLICABLE) No. Batiquitos LS Pump Replacement Contract No. 5517 END OF SECTION September 2014 Protection of Materials and Equipment 01620 - 2 0 0 - PART I-GENERAL 1.01 DESCRIPTION SECTION 01700 PROJECT CLOSEOUT A. Contract closeout is the process that commences as the Work nears Substantial Completion. It continues through Substantial Completion, and Final Acceptance of the Work. B. This specification section defines the overall change over process from construction (by the Contractor) to operations (by the Owner). The section defines the terms in this process, and outlines the responsibilities of the Contractor, the Construction Manager, and the Owner. 1.02 CONTRACT CLOSEOUT SEQUENCE OF EVENTS A. The sequence of events and their description listed below represent the suggested order of activities as the Contract proceeds from construction, through checkout, testing, Substantial Completion, and the Notice of Completion. Not all work will proceed in this exact order. Adjustments may be made, after approval by the Construction Manager, for the mutual benefit of the Contractor and the Owner, if the situation so warrants. Any adjustments made in the sequence of events, to accommodate the Contractor, shall be at no additional cost to the Owner. B. Closeout Sequence of Events and Description: 1. Contract Closeout Deliverables: The Contractor shall provide the following: a. Final Record Drawings, in accordance with Section O 1720. b. Written guarantees, where required. c. Certificates of inspection and acceptance by local governing agencies having jurisdiction. 2. Pre-Final Inspection and Discrepancy List: The Construction Manager will conduct a pre- final inspection of the Work prior to substantial completion. The Construction Manager will prepare a discrepancy list (punch list). The discrepancy list includes items of work which do not conform to the Contract Documents, plus any additional items found to be missing, incomplete, damaged, incorrect, or constructed in an un-workmanlike manner. The Contractor shall correct all items on the discrepancy list. 3. Substantial Completion: Following correction of items on the discrepancy list, and successful completion of the operation demonstration, the Contractor shall notify the Construction Manager that the Work is substantially complete. Refer to the contract documents for other requirements for Substantial Completion. 4. Final Inspection: Following written notice from the Contractor that the entire Work is complete, the Construction Manager, the Owner, the Contractor, and the Design Consultant will conduct a final inspection to verify that the Work is complete. The Construction Manager will prepare a final punch list of all outstanding items. 5. Final Payment: After the Contractor has completed all final punch list items, and completed all other requirements, the Contractor shall submit a final application for payment to the Construction Manager. The final payment application will include all necessary No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Project Closeout 01700 - 1 documentation, in addition to waivers or releases of all liens filed in connection with the Work. The Contractor shall specifically release the Owner from any claims not specifically renewed on the final application for payment. After acceptance by the Construction Manager and the Owner, the Owner will make final payment to the Contractor after deducting all amounts to be retained under the provisions of the Contract Documents. 6. Notice of Completion: The Owner will file a Notice of Completion with the County Recorder to begin the 30-day stop notice filing period. 7. Release of Retention: Not more than 35 days after filing the Notice of Completion, the Owner will release to the Contractor all retainage, less any deductions to cover pending third party claims against the Owner. 1.03 SUBSTANTIAL COMPLETION A. Substantial Completion includes compliance with the following requirements: 1. The Contractor has substantially completed the construction and erection of the Work in conformance with the Contract Documents. 2. The Contractor has installed, adjusted, and successfully tested products, equipment, and systems. The facilities are constructed as indicated by the erection, installation, and operations and maintenance instruction of the suppliers. 3. The Contractor has provided and completed the following items as approved by the Construction Manager. a. Contract Closeout Deliverables. b. Special Manufacturer's or Supplier's Warranties. 1.04 PRE-FINAL AND FINAL INSPECTIONS A. Pre-final and final inspections are surveys of the Contractor's work by the Construction Manager, the Owner, and the Design Consultant in order to create the list of incomplete or unsatisfactory items of work. B. Prior to the pre-final and final inspections, the Contractor must complete the following: 1. Clean equipment and fixtures by removing temporary labels, stains, dirt, and other foreign substances. 2. Clean debris from pipes, gutters, basins, and drainage systems. 3. Clean site; sweep paved areas, rake clean unpaved surfaces. 4. Remove waste and surplus materials, rubbish, fencing, equipment, temporary utilities, and construction facilities from the site. C. The discrepancy list(s) and punch list will include all items of work found to be unsatisfactory, missing, incomplete, damaged, incorrect, or improperly installed or constructed. Prior to Final Acceptance the Contractor shall correct the punch list items by re-work, modification, or replacement, at the option of the Construction Manager and at no additional cost to the Owner. The Construction Manager will re-inspect punch list items upon notice by the Contractor that they are complete. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Project Closeout 01700 - 2 0 0 PART 2 -PRODUCTS (NOT APPLICABLE) PART 3-EXECUTION 3.01 CLEANUP A. The Contractor shall promptly remove from the vicinity of the completed work, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the Work by the Owner will be withheld until the Contractor has satisfactorily complied with the forgoing requirements for final cleanup of the project site. 3.02 MAINTENANCE AND GUARANTEE A. The Contractor shall comply with the maintenance and guarantee requirements contained in the contract documents. B. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be considered as a part of such required repair work, and any repair or resurfacing which becomes necessary by reason of such settlement shall likewise be considered as a part of such required repair work unless the Contractor shall have obtained a statement in writing from the affected private owner or public agency releasing the Owner from further responsibility in connection with such repair of resurfacing. C. The Contractor shall make all repairs and replacements promptly upon receipt of written order from the Owner. If the Contractor fails to make such repairs or replacements promptly, the Owner reserves the right to do the work and the Contractor and his surety shall be liable to the Owner for the cost thereof. 3.03 BOND A. The Contractor shall provide a bond to guarantee performance of the provisions contained in Paragraph "Maintenance and Guarantee" above, and in the Contract Documents. No. Batiquitos LS Pump Replacement Contract No. 5517 END OF SECTION September 2014 Project Closeout 01700-3 PART I-GENERAL 1.01 REQUIREMENTS SECTION 01710 FINAL CLEANUP A. As a condition precedent to final acceptance or release of a structure, space or process unit for use by the Owner, the Contractor shall thoroughly clean all floors and walls to leave same in first-class condition. B. All pits and sumps shall be cleared of silt, sand, debris and construction materials. All grounds shall be cleared of all debris. C. At the completion of the project, the Contractor shall perform the following: 1. Remove and dispose of all excess or waste materials, debris, rubbish, and temporary facilities from the site, structures and all facilities. 2. Repair pavement, roads, sod, and all other areas affected by construction operations and restore them to original condition or to minimum condition specified. 3. Remove spatter, grease, stains, fingerprints, dust, labels, tags, packing materials and other foreign items or substances from interior and exterior surfaces, equipment, signs and lettering. 4. Repair, patch and touch up chipped, scratched, dented or otherwise marred surfaces to match specified finish. 5. Remove paint, clean and restore all equipment and material nameplates, labels and other identification markings. 6. Clean all floors, slabs, pavements, and ground surfaces. 7. Maintain cleaning until acceptance by the Owner. PART 2 -PRODUCTS -(NOT APPLICABLE) PART 3 -EXECUTION -(NOT APPLICABLE) No. Batiquitos LS Pump Replacement Contract No. 5517 END OF SECTION September 2014 Final Cleanup 01710-1 SECTION 01734 OPERATING AND MAINTENANCE INFORMATION PART I -GENERAL 1.01 WORK OF THIS SECTION A. The Contractor shall provide operating and maintenance instructions for all equipment and devices furnished under this contract. Refer to General Provisions 2-5.3. The operating and maintenance material supplied shall be original printed copies of manufacturer's brochures and/or manuals. Photocopied material will not be acceptable. Operating and maintenance instructions for each item of equipment and each equipment assembly shall consist of: 1. Cover Page: Equipment name, Equipment tag number, project name, Owner's name, and appropriate data. 2. Table of Contents: General description of information provided within each tab section, including equipment numbers, and page numbers. 3. Names and addresses of manufacturer, nearest representative of manufacturer, and nearest supplier of manufacturer's equipment and parts. 4. For equipment requiring lubrication, the manufacturer's recommended lubricants and lubrication schedule. 5. For equipment containing integral electrical controls, diagrams showing internal and connection wiring, including logic diagrams, wiring diagrams for control panels, ladder logic for computer base systems, and connection between existing systems and new addition, and adjustments such as calibrating and set points for relays, and control or alarm contact settings. 6. Specified operating and maintenance information. This information shall include, but not necessarily be limited to, the following items: a. Equipment Summary: Provide type of equipment, Model number and electrical and mechanical specifications. b. Start-up Procedures: These instructions shall include equipment manufacturer's recommendations regarding installation, adjustment, calibration and trouble- shooting. c. Operating Procedures: These instructions shall include the equipment manufacturer's recommended step-by-step procedures for starting, operating and stopping the equipment under all modes of operation. Include safety precautions and emergency operating shutdown instructions. d. Preventive Maintenance Procedures: These instructions shall include the equipment manufacturer's recommendations regarding the steps and schedules to be followed in maintaining the equipment. e. Parts List: This list shall include generic title and identification number of each component part of the equipment, including bearing manufacturer's, model and ball or roller pass frequency of each bearing. f. Exploded Views: These shall be provided where appropriate. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Operating and Maintenance Jnfonnation 01734 - 1 g. h. Spare Parts List: This list shall include the manufacturer's recommendations of number of parts which should be stored by the City. Overhaul Instructions: These instructions shall consist of the manufacturer's directions for the disassembly, inspection, repair and reassembly of the equipment; safety precautions, recommended tolerances, and special tools that are required. i. Provide electrical and instrumentation schematic record drawings. j. Factory Test Results: Provide copies of factory test reports as specified in Technical Specifications. k. Field Test Results: After field testing is completed, insert field test reports as specified in the equipment section. l. Operation and maintenance trouble shooting information. m. Approved shop drawings n. Any other specific information as required in Technical Specifications. 7. Provide all procedures in electronic format at final submittal. Provide those portions of the O&M manual prepared for this project in MS Word in the original MS Word Version 2010 format. PDF files of the documents prepared in MS Word will not be accepted. 1.02 CONTRACTOR SUBMITT ALS A. Operating and maintenance (O&M) instructions shall be submitted with the submittal transmittal form described in General Provisions 2-5.3and the O&M summary sheet at the end of this Section in paper and digital form to the City's Representative accompanied. B. Paper copies of the O&M instructions shall be comprised of five copies of the specified operating and maintenance information. For ease of identification, each manufacturer's brochure and manual shall be appropriately labeled with the equipment name, equipment number and specification number, as it appears in the contract documents. The information shall be organized in binders in numerical order by the specification section numbers assigned in the contract documents. The binders shall be provided with a table of contents and tab sheets to permit easy location of desired information. Each numerical section shall contain a complete itemized data list with equipment name and equipment number for the information contained in that section. Binders shall be of the three-post type with metal piano hinges, back and locking slide bar assembly and be capable of extending to a maximum of 6 inches but used as 4-inch binders. All binders shall be similar and be National 98-381; Wilson Jones catalog covers No. 564-64 LH, or equal. C. Digital copies of the O&M instructions shall be in the latest Microsoft Word version. D. Contractor may submit operating and maintenance instructions by individual specification section or in final form according to the above instructions. E. If the Contractor chooses to submit the O&M instructions by individual specification section, the following procedure shall be used: 1. Contractor shall submit two (2) copies of O&M instructions, along with a good quality photocopy of associated Equipment Maintenance Summary sheets, for each specification section for review. 2. Submittals will be returned with a review sheet and comments. 3. Contractor shall resubmit, if requested by the City's Representative, and retain all copies of approved submittals until all sections have been approved. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Operating and Maintenance Information 01734-2 0 0 C 4. When all sections have been approved, Contractor shall organize and bind the manuals for all the sections of the contract specifications according to the above instructions and submit one complete set of O&M instructions for final review. Contractor shall submit separately and unbound the completed original Equipment Maintenance Summary sheets. 5. Final review will be for the organization and binding of a complete set of manuals as specified and will not include review of previously approved inaterial. 6. When the complete set is approved, the Contractor shall submit six (6) complete sets to the City's Representative as approved and specified. F. If the Contractor chooses to submit the O&M instructions in final form, without previous approval of individual specification sections, the following procedure shall be used: 1. Contractor shall submit two (2) complete sets of O&M instructions, along with a good quality photocopy of associated Equipment Maintenance Summary sheets, organized and bound according to the above instructions for review. Equipment Maintenance Summary sheets shall be placed with their associated specification sections for review. 2. The set will be returned with review sheets and comments pertaining to the manual organization and binding, as well as the contents. 3. Contractor shall continue to resubmit the two (2) complete sets of O&M instructions, as requested by the City's Representative, until entirely approved. 4. When the complete set is approved, the Contractor shall submit six (6) complete sets to the City's Representative as approved and specified. Contractor shall submit separately and unbound, the completed original Equipment Maintenance Summary sheets. G. If the manufacturer's standard brochures and manuals are used to describe O&M procedures, such brochures and manuals shall be modified to reflect only the model or series of equipment used on this project. Extraneous material shall be crossed out neatly or otherwise annotated or eliminated. 1.03 FIELD CHANGES A. Following the acceptable installation and operation of an equipment item, the item's O&M instructions shall be modified and supplemented by the Contractor to reflect any field changes or information required by field conditions. 1.04 PAYMENT A. Acceptable O&M information must be delivered to the City's Representative before the Contractor can be paid for more than 80 percent of the purchase value of that equipment and prior to installation of the equipment. Purchase value shall be the net price for the equipment as given on the paid invoice. Acceptable O&M information for the project must be delivered to the City's Representative prior to the project being 75 percent complete. Progress payments for work in excess of75 percent completion will not be made until the specific acceptable O&M information has been delivered to the City's Representative. PART 2 -PRODUCTS (NOT APPLICABLE) PART 3-EXECUTION (NOT APPLICABLE) No. Batiquitos LS Pump Replacement Contract No. 5517 END OF SECTION September 2014 Operating and Maintenance Information 01734-3 No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Operating and Maintenance Information 01734 - 4 0 0 0 & M EQUIPMENT SUMMARY SHEET CITY OF CARLSBAD NORTH BATIQUITOS LIFT STATION EQUIPMENT ITEM: EQUIPMENT TAG NO.: NAMEPLATE DATA: MANUFACTURER: EQUIPMENT MODEL NO.: DATE OF MANUFACTURE: EQUIPMENT SERIAL NO.: SHOP ORDER No.: DRIVE SPEED: MOTOR HORSEPOWER: POWER SUPPLY (V /Hz/PH): RATED CAPACITY: PUMP TDH (FEET): OTHER: CONTACT INFORMATION: MANUFACTURER: ADDRESS: _____________________________ _ PHONE No.: LOCAL REPRESENTATIVE: ADDRESS:------------------------------ PHONE No.; LOCAL PART SUPPLIER: ADDRESS:------------------------------ PHONE NO.: No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Operating and Maintenance Information 01734-5 EQUIPMENT CONTROLS SWITCBIPUSHBUTTON TAG LOCATION No. DISCONNECT TAG No. LOCATION (USE SEPARATE SHEET IF NECESSARY To LIST ALL SWITCHES AND PUSHBUTTONS) MAINTENANCE SCHEDULES: MAINTENANCE DESCRIPTION: No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 FREQUENCY: Operating and Maintenance Information 01734 - 6 0 SECTION 02760 CONCRETE STRUCTURE REHABILITATION PART 1 -GENERAL 1.01 SUMMARY A. This specification covers all labor, materials, equipment and services necessary to complete the rehabilitation and installation of corrosion protection for concrete and masonry wastewater structures as herein specified. B. Related Sections: Environmental, Health and Safety C. References 1. ACI 506.2-77 -Specifications for Materials, Proportioning, and Application of Shotcrete 2. ASCE Manual No. 92-Manuals and Reports on Engineering Practice; Manhole Inspection and Rehabilitation (2008 Update) 3. AS1M D638 -Tensile Properties of Plastics 4. AS1M D790 -Flexural Properties of Unreinforced and Reinforced Plastics 5. ASTM D695 -Compressive Properties of Rigid Plastics 6. ASTM D1653 -Water Vapor Transmission of Organic Coating Films 7. AS1M D4541 -Pull-off Strength of Coatings Using a Portable Adhesion Tester 8. AS1M D7234 -Pull-Off Adhesion Strength of Coatings on Concrete Using Portable Pull- Off Adhesion Testers 9. AS1M D4787 -Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates 10. AS1M D2584 -Volatile Matter Content 11. AS1M D543 -Resistance of Plastics to Chemical Reagents 12. ASTM D4258 -Standard Practice for Surface Cleaning Concrete for Coating 13. AS1M D4259 -Standard Practice for Abrading Concrete 14. ASTM C109 -Compressive Strength Hydraulic Cement Mortars 15. ASTM C579 -Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars 16. ICRI Technical Guideline No. 03732 -Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays 17. SSPC SP-13/NACE No. 6 -Surface Preparation of Concrete 18. SSPWC 210-2.3 .3 & 211-2 -Chemical Resistance Test (Pickle Jar Test) 19. SSPWC 500-2 -Manhole and Structure Rehabilitation 20. ASCE -The published Manuals and Reports on Engineering Practices of the American Society of Civil Engineers No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Concrete Structure Rehabilitation 02760-1 21. ASTM -The published standards of American Society for Testing and Materials, West Conshohocken, PA 22. ICRI-The published standards of the International Concrete Repair Institute, Des Plaines, IL 23. NACE -The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX 24. SSPC -The published standards of the Society of Protective Coatings, Pittsburgh, PA. 25. Los Angeles County Sanitation District -Evaluation of Protective Coatings for Concrete ( otherwise known as the "Redner Test") 26. SSPWC -Standard Specifications for Public Works Construction (otherwise known as "The Greenbook") 1.02 SUBMITT ALS A. Product Data: 1. Technical data sheet for each repair and coating product to be used; including application, cure time, surface preparation procedures and certification from coating product manufacturer as to the compatibility of the repair material(s) and coating system. 2. Material Safety Data Sheet (MSDS) for each product to be used. 3. Copies of independent testing performed on the coating product indicating the product meets the requirements as specified herein. Coating product physical properties shall be substantiated through submittal of testing results as documented by an accredited third party laboratory and shall be representative of the actual field applied product including cure mechanism(s) as to be employed in the field. 4. Five (5) references of manufacturer indicating successful coating system performance greater than five (5) years in age of the submitted coating product(s) within the municipal wastewater environment. B. Contractor Data: 1. Current documentation from repair and coating product manufacturer(s) certifying Contractor's training and equipment complies with the Quality Assurance requirements specified herein (Section 1.4 ). 2. Five (5) references of Contractor indicating successful coating system installation performance greater than five years in age of coating product(s) of the same material type as specified herein, applied by spray application within the municipal wastewater environment. 3. Documentation of requirements of Section 1.6 B & C. C. Quality Assurance 1. Coating and repair products(s) shall be produced by a single manufacturer including recommended underlayment, filler compounds, base coat and top coat materials to ensure material compatibility. 2. Coating and repair product(s) shall be capable of being installed and curing properly within the specified environment(s); specifically within environmental conditions of a typical No. Batiquitos LS Pump Replacement Design Contract No. 5 517 September 2014 Concrete Structure Rehabilitation 02760-2 0 C 3. 4. 5. 6. 7. 8. ·---·-·--------··----····--··-·--·-·------·-·· sanitary sewer. Coating product(s) shall be resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems. Coating and Repair product(s) shall be fully compatible; including ability to bond effectively (as tested for in Section 3.5 C.) to each other and/or the host substrate, forming a composite system. Contractor shall utilize equipment for the application of the coating and repair product(s) which has been approved by the product manufacturer; and Contractor shall have received training on the operation and maintenance of said equipment from the product manufacturer. Written certification of such approval(s) and training shall be submitted by the coating and repair product manufacturer(s). Contractor and contractor personnel shall be certified by, or have their training approved and certified by, the coating and repair product( s) manufacturer( s) for the handling, mixing, application and inspection of the product(s) to be used as specified herein. Written certification of such training shall be submitted by the coating and repair product manufacturer(s) and shall include the individual contractor personnel to be employed on the project. Inspectors shall be trained in the use of testing or inspection instrumentation and knowledgeable of the proper use, preparation and installation of the product( s) to be used as specified herein. Contractor shall initiate and enforce quality control procedures consistent with the coating product(s) manufacturer recommendations and applicable NACE, SSPC, ICRl or other standards as referenced herein. Pre-construction meeting shall take place no less than two weeks prior to Contractor mobilization. All parties to have physical presence on the project during construction shall be present. At this meeting responsibilities and authorities during construction shall be discerned; comments and questions regarding materials and execution of these specifications shall be presented and addressed. D. Delivery, Storage, and Handling 1. Materials are to be kept dry, protected from weather and stored under cover. 2. Coating and repair materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. 3. All materials are to be handled according to their material safety data sheets. E. Site Conditions 1. Contractor shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. 2. Confined space entry program and other required safety training certifications shall be submitted by Contractor to Owner as necessary to perform the specified work. 3. Flow diversion and/or bypass plans shall be submitted by Contractor to Owner as necessary to perform the specified work. F. Warranty 1. Contractor shall warrant all work against defects in materials and workmanship for a period of one ( 1) year, unless otherwise noted, from the date of final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair No. Batiquitos LS Pump Replacement Design Concrete Structure Rehabilitation 02760-3 Contract No. 55 l 7 September 2014 defects in materials or workmanship which may develop during said one ( l) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. 2. Coating and repair product supplier(s) shall warrant all coating materials for a period of one (1) year from the date of final acceptance, unless otherwise noted, to be free of manufacturing defects; and products will meet current published physical properties when applied and tested in accordance with the manufacturer's standards. If, within said one (1) year period, any product does not meet the physical properties or is defective in manufacture the manufacturer will either replace the defective product or refund the purchase price. PART 2 -PRODUCTS A. Existing Products I. Standard Portland cement or new concrete must cured a minimum of 28 days prior to application of the coating product(s) or surfaces must be prepared and coating materials applied according to the coating product manufacturer's recommendations for such conditions. 2. Remove existing coatings prior to application of the coating product(s) which may affect the performance and adhesion of the coating product(s). 3. Thoroughly clean and prepare existing products to effect a seal with and promote the adhesion of the coating product(s). B. Repair Products I. Repair products shall be used to fill voids or bugholes, smooth transitions between components, replace lost mortar in masonry structures, smooth rough surfaces, rebuild severely deteriorated substrates and/or to remediate infiltration prior to the installation of the coating product(s). a. Repair materials must be supplied by the coating product(s) manufacturer or shall be expressly approved by the coating product(s) manufacturer in writing for compatibility with the specified coating product(s). b. All materials shall be mixed, applied and cured in accordance with the manufacturer's recommendations. c. Repair product physical properties shall be substantiated through submittal of accredited third party testing results and shall be representative of the actual field applied product and cure mechanism(s) to be employed in the field. 2. I 00% solids, solvent-free epoxy grout; specifically the specified coating product(s) (Section 2.3 C.) enhanced with Raven 200 polyolefin fiber filler or other approved aggregate. 3. Factory blended, rapid setting, high-early strength, non-shrink, calcium aluminate repair mortar to be trowel or pneumatically spray applied to the entire surface. 4. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918- 6150-140 fax. 5. Product: Raven 705CA Cement Mortar having the following characteristics: (1) Product Type: Calcium aluminate mortar No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Concrete Structure Rehabilitation 02760-4 Tensile Strength, psi (ASTM C496):>685 (2) (3) (4) (5) (6) (7) (8) (9) Compressive Strength, psi (ASTM C109): >9,200@28 days Flexural Strength, psi (ASTM C293): > 1,650 Shrinkage @ 90% R. H., % (ASTM C596): 0 Adhesion to Concrete, psi (ASTM C882): >4,000 psi Freeze/Thaw (ASTM C666): 100 Cycles, no visible damage Density of wet mix: 129 -139 lbs./ft3 Applied Density: 135 lbs/ft3 (+/-5 lbs) 6. Factory blended, non-shrink, hydraulic cement to be used for infiltration remediation. a. Manufacturer: As applicable b. Product: Raven 715 Hydraulic cement having the following characteristics: (1) Product Type: Hydraulic cement (2) Compressive Strength, psi (ASTM C109): >1,000@ 1 hour, >2500 psi@ 24 hours (3) Pull Out Strength, (ASTM C234): 14,000 pounds (4) Sulfate Resistance 2,000 ppm (ASTM C267 15 cycles) no weight loss (5) Freeze/Thaw (ASTM C666 100 cycles) no visible damage (6) Shrinkage @ 90% R. H., % (ASTM C596): 0 C. Coating Products 1. Coating product shall be applied to all interior surfaces to protect the host substrate and repair materials from all forms of chemical or bacteriological attack typically found in municipal sanitary sewer systems and to impart a degree of structural enhancement. 2. Coating product physical properties shall be substantiated through submittal of accredited third party testing results and shall be representative of the actual field applied product and cure mechanism(s) to be employed in the field. 3. 100% Solids, Solvent-Free, Ultra-High Build Epoxy Coating to be spray applied to all interior surfaces of exposed concrete above the springline or as otherwise detailed. a. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918-6150-140 fax. b. Product: Raven 405 -100% solids, solvent-free ultra high-build epoxy system exhibiting the following characteristics: (1) Product Type: amine cured epoxy (2) VOC Content (ASTM D2584): 0% (3) Compressive Strength, psi (ASTM D695): 18,000 (minimum) (4) Tensile Strength, psi (ASTM D638): 7,500 (minimum) (5) Flexural Modulus, psi (ASTM D790): 700,000 (minimum) (6) Adhesion to Concrete, psi/mode of failure (ASTM D4541/7234): 200 psi (minimum) with substrate (concrete) failure (7) Chemical Resistance (ASTM D543/G20) immersion service for: (8) Municipal sanitary sewer environment (9) Sulfuric acid, 30% (10) Sodium hydroxide, 10% No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Concrete Structure Rehabilitation 02760-5 ( 11) Successful Pass: Sanitation District of L.A. County Coating Evaluation Study and SSPWC 210.2.3.3 (Greenbook "Pickle Jar" Chemical Resistance test) 4. 100% Solids, Solvent-Free, Ultra-High Build Epoxy Coating to be manually or spray applied to interior surfaces of exposed concrete below the typical flow line; specifically designed for accelerated cure and suitable for release of flow in less than 45 minutes at normal service temperatures or as otherwise detailed. a. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918-6150-140 fax. D. Product Application Equipment 1. Cementitious repair products for spot repair may be mixed and applied using hand and/or power tools. 2. Cementitious repair products to be spray applied shall be mixed and applied using manufacturer approved batch mixing and low velocity spray devices. 3. Coating product primer may be applied using hand tools or other convention/airless spray application device(s). 4. Coating product to be spray applied shall be mixed and applied using manufacturer approved heated plural component spray equipment. 5. Coating product application to hard to reach areas or for touch-up may be performed using hand tools. PART 3 -EXECUTION A. Examination 1. Appropriate actions shall be taken by Contractor to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work. All structures to be coated shall be readily accessible to Contractor. 2. New Portland cement concrete structures shall have endured a minimum of28 days since manufacture prior to commencing coating installation. Should earlier coating be required, coating product manufacturer shall recommend specifications including appropriate cure assessment testing and use of specialty primers and sealers such as Raven 155. 3. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated until fmal applications are cured as recommended by the manufacturer. 4. Temperature of the surface to be coated should be maintained between 40 and 120 deg F. 5. Specified surfaces should be shielded to avoid exposure of direct sunlight, other intense heat source or, where cementitious products are employed, excessive ventilation. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. 6. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify Owner, in writing, of any noticeable disparity in the site, No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Concrete Structure Rehabilitation 02760-6 0 0 B. structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. Repairs and Surface Preparation I. Excessive debris, sediment, root intrusion or other foreign materials which may impact the effectiveness of the surface preparation process shall be removed prior to the commencement thereof. 2. Offset structural components, lids, covers, frames, etc. shall be repaired, replaced or reset prior to the commencement of surface preparation. 3. External soil/fill voids shall be remediated and/or stabilized by replacement or injection of stabilizing grout as determined appropriate by the engineer. 4. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the coating to the substrate shall be removed in accordance with SSPC-SP 1. 5. Choice of surface preparation method(s) should be based upon the condition of the structure and concrete or masonry surface, potential contaminants present, access to perform work, and the required cleanliness and profile of the prepared surface to receive the repair and/or coating product(s). 6. Surface preparation method, or combination of methods, that may be used include high- pressure water cleaning, water jetting, abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water cleaning and others as referenced in industry accepted standards such as: a. NACE No. 6/SSPC SP-13 Surface Preparation of Concrete. b. ASTM D-4258 Standard Practice for Surface Cleaning Concrete for Coating and ASTM-D-4259 Standard Practice for Abrading Concrete. c. ICRI Technical Guideline No. 03732 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays. d. NACE/SSPC Standards for the surface preparation of steel. 7. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound, clean and neutralized surface suitable for the specified coating product(s). a. Resulting surface profile of the prepared concrete substrate shall be ( as described in ICRI Technical Guideline No. 03732): (I) For application of cementitious materials; at least a CSP2. (2) For application of coating products: at least a CSP4. b. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that sound substrate remains. (I) In conditions where severe chemical/microbiological attack has occurred the prepared substrate shall exhibit a pH of 8-12. Additional cleaning and/or contaminated substrate removal may be required to achieve the specified pH level. c. Steel surfaces to be coated shall be abrasive blast cleaned. (I) Blast air shall be free ofoil and water. No. Batiquitos LS Pump Replacement Design Concrete Structure Rehabilitation 02760-7 Contract No. 5517 September 2014 (2) Abrasive shall be as required to produce the specified level of cleanliness and profile in an efficient and uniform manner. Abrasive shall not be recycled. (3) Abrasive blasting shall not be performed when the air or steel temperature is below 40 deg F, when the relative humidity exceeds 80%, or when the steel is less than 5 deg F warmer than the dewpoint. The Contractor will provide dehumidification, and/or temperature control as necessary to meet these conditions. (4) Blast cleaning shall be in accordance with SSPC-SP 5, White Metal Blast Cleaning for immersion service of the coated areas. Blast cleaning for other surfaces shall be in accordance with SSPC-SP 10, Near White Blast Cleaning. Anchor profile shall be 2.5-5.0 mil and relative to the coating thickness specified. (5) Alternatively, surfaces to be recoated may be cleaned according to NACE No. 5/SSPC-SP 12 Surface Preparation and Cleaning of Metals by Waterjetting Prior to Recoating. (6) Preparation shall be to NACE No. 5/SSPC-SP 12, WJ-1, Clean to Bare Substrate using a minimum of High-Pressure Water Jetting (10,000 psi- 30,000 psi). (7) Waterjetting does not produce an etch or profile of the magnitude currently recognized by the coatings industry. Rather, it exposes the original abrasive-blasted surface profile if one exists. An anchor profile of at least 2.5 mils is required to be exposed. If sufficient profile does not exist, abrasive blasting shall be performed as specified in section 3.2 D. (8) At the time of the recoating, the amount of flash rust shall be no greater than "No Flash Rust" as defined in NACE No.5/SSPC-SP 12. (9) If inhibitors are to be used with the standard jetting water, the coatings manufacturer shall be consulted to ensure the · compatibility of inhibitors with the coatings. C. Prior to the application of the coating product repairs shall be completed to ensure the following: D. All inflow and infiltration shall be eliminated by use of appropriate repair material(s), such as hydraulic cements and/or chemical grouts as described in Section 2.2. E. All repairs to joints, pipe seals, steps, mechanical penetrations, benches, inverts, pipes or other opertuences to be coated shall be completed and repaired surfaces prepared according to this section. 1. Benches or other horizontal surfaces shall have adequate slope ( 1" rise per lineal foot minimum) to minimize the retention of debris following surcharge. 2. Inverts or flow channels shall be smooth without lips, rough edges or other features which may cause debris to collect; contoured to minimize turbulent flow; and be sloped to promote adequate flow from the inlet(s) to the outlet pipe. 3. All joints, pipe seals, steps or other penetrations shall be sealed against inflow, infiltration and exfiltration and be adequately filled, smoothed and contoured to promote monolithic coating application. 4. Areas where reinforcing steel has been exposed shall be repaired in accordance with the Project Engineer's recommendations or at the minimum all exposed steel shall be prepared No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Concrete Structure Rehabilitation 02760-8 F. in accordance with Section 3 .2 prior to coating with the coating product specified or other approved primer as specified by the coating product manufacturer. Application of Repair and Resurfacing Products 1. Repair products as per section 2.2 D shall be used to fill voids, bugholes, and other surface defects which may affect the performance or adhesion of the coating product(s). 2. Repair products as per section 2.2 C and/or D shall be used to repair, smooth or rebuild surfaces with rough profiles to provide a concrete or masonry substrate suitable for the coating product(s) to be applied. These products shall be installed to Yi" minimum thickness or as recommended within manufacturers published guidelines. Should structural rebuild be necessary, these products shall be installed to a thickness as specified by the Project Engineer. 3. Repair products as per section 2.2 F and/or G shall be used to remediate all active inflow, infiltration and/or external soil/fill voids. 4. All Repair products shall be handled, mixed, installed and cured in accordance with manufacturer guidelines. 5. All repaired or resurfaced substrates shall be inspected for cleanliness and suitability to receive the coating product(s). Additional surface preparation may be required prior to coating application as per section 3.2. G. Application of Coating Product(s) 1. Application procedures shall conform to the recommendations of the coating product(s) manufacturer, including environmental controls, product handling, mixing, application equipment and methods. 2. Spray equipment shall be specifically designed to accurately ratio and apply the coating product(s) and shall be in proper working order. 3. Contractors qualified in accordance with Section 1.4 of these specifications shall perform all aspects of coating product(s) installation. 4. Prepared surfaces shall be coated via spray application of the coating product(s) described herein unless otherwise recommended by the coating product manufacturer. 5. Coating thickness shall be in relation to the profile of the surface to be coated as recommended by the coating product manufacturer. 6. In all cases the coating product(s) shall be applied to a minimum dry film thickness of200 mils. 7. Coating product(s) shall interface with adjoining construction materials/components throughout the manhole structure to effectively seal and protect substrates from attack by corrosive elements and to ensure the effective elimination of infiltration into the sewer system. H. Procedures and materials necessary to effect the interface between dissimilar materials and the coating product shall be as recommended by the coating product(s) manufacturer. 1. Termination points of the coating product(s) shall be made at the manhole frame and chimney joint ( or other manway as is present), l" below normal flow levels in the channel or within the invert [unless invert is specified to receive coating], and a minimum of l" interfacing within each pipe penetration. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Concrete Structure Rehabilitation 02760-9 2. Sewage flow shall be stopped, bypassed or diverted as necessary for application of the coating product(s) to the invert and interface with pipe materials. I. Testing and Inspection 1. All testing procedures described below shall be done by the Contractor in the presence of the City's Inspector. 2. Prior to the acceptance of work the Contactor shall provide to the City, documentation of the test procedure, their results and any necessary repair work resulting from destructive test and or repair work found necessary from test failures. The documentation shall include: a. The time and date of the inspection b. The name of the person executing the test c. The City Inspector witnessing the test d. The specific structure identification e. Location of test in that structure f. Type of test, i.e.: high voltage spark, film thickness, adhesion g. Test equipment used including manufacturer, model 3. During application a wet film thickness gauge, meeting ASTM D4414 -Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used. Measurements shall be taken, documented and attested to by Contractor for submission to Owner. 4. High voltage holiday detection for coating systems installed in corrosive environments, when it can be safely and effectively employed, shall be performed to ensure monolithic protection of the substrate. After the coating product(s) have cured in accordance with manufacturer recommendations, all surfaces shall be inspected for holidays in accordance with NACE RPO 188-99 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates or ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. All detected holidays shall be marked and repaired according to the coating product(s) manufacturer's recommendations. a. Test voltage shall be a minimum of 100 volts per mil of coating system thickness. b. Detection of a known or induced holiday in the coating product shall be confirmed to ensure proper operation of the test unit. c. All areas repaired shall be retested following cure of the repair material(s). d. In instances where high voltage holiday detection is not feasible a close visual inspection shall be conducted and all possible holidays shall be marked and repaired as described above. J. Documentation of areas tested, equipment employed, results and repairs made shall be submitted to the Owner/Engineer by Contractor. 1. Adhesion of the coating system to the substrate shall be confirmed in each of the manholes or structures coated, or for large structures once every 1000 square feet of coated area. Testing shall be conducted in accordance with ASTM D7234 Pull-Off Adhesion Strength of Coatings on Concrete Using Portable Pull-Off Adhesion Testers. Owner's representative shall select the manholes or areas to be tested. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Concrete Structure Rehabilitation 02760-10 0 0 a. For each test manhole a minimum of three 20 mm dollies shall be affixed to the coated surface; one at the cone area, one at the mid section and one near the bottom of the structure. b. For larger structures a minimum of three 20 mm doliies shall be affixed to the coated surface at random locations within each 1000 square foot area or as otherwise agreed upon. c. The adhesive used to attach the dollies to the coating shall be rapid setting with tensile strengths in excess of at least twice the anticipated failure point (generally at least 1000 psi) and permitted to cure in accordance with manufacturer recommendations. The coating and dollies shall be adequately cleaned and prepared to receive the adhesive. Failure of the dolly adhesive shall be deemed a non-test and require retesting. d. Prior to performing the pull test, the coating shall be scored to the substrate, or within 10 mils of the substrate surface, by mechanical means without disturbing the dolly or coating system bond within the test area. e. Two of the three adhesion pulls in each test area shall exceed 200 psi and shall include substrate adhered to the back of the dolly or no visual signs of the coating product in the test hole. Pull tests with results between 150 and 200 psi may be acceptable if more than 50 percent of the substrate in the test area is adhered to the dolly. f. Should a structure, or area, fail to achieve two successful pulls as described above, additional testing shall be performed at the discretion of the Owner or Project Engineer. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Contractor. g. All adhesion testing shall be performed by qualified personnel using calibrated equipment as specified by the applicable ASTM standard(s). h. All adhesion testing shall be documented and submitted in a consistent format detailing location, test values, description of the failure point/mode, scoring method employed, adhesive used, cure time of coating and adhesive and other data as deemed necessary by the owner/engineer. i. All adhesion test locations shall be repaired by the Contractor at no cost to the Owner. 2. Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished coating effecting the performance of the coating system or the operational functionality of the structure shall be marked and repaired according to the recommendations of the coating product(s) manufacturer. 3. The municipal sewer system may be returned to full operational service as soon as the final inspection has taken place and all coating materials have been adequately cured according to the coating product(s) manufacturer's recommendations. END OF SECTION No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Concrete Structure Rehabilitation 02760-11 SECTION 02999 TEMPORARY HANDLING OF SEW AGE FLOW PART 1 -GENERAL 1.01 WORK DESCRIPTION A. The CONTRACTOR is responsible for the temporary handling of sewage throughout the construction of the Project. This includes design, installation and operation of a temporary pumped bypass system and Spill Prevention, Control and Countermeasure Plan to facilitate rehabilitation of the North Batiquitos Lift Station Pump Replacement Project. 1. Comply with the general arrangement and all the requirements for the bypass system detailed on the Drawings. 2. The bypass will start at the manhole upstream of the wet well and connect to the above ground force main manifold as shown on the project drawings. An identical redundant pump will be installed in the manhole just upstream of the wet well. The system shall be installed and tested prior to any work on this project. 3. All sewage flow shall be diverted from entering the wet well during construction using any plugs or bulkheads necessary per the approval of the City Engineer. 4. The bypass pipeline layout and material shall be approved by the City Engineer prior to installation. The suction pipeline shall have a minimum nominal diameter of 8 inches and the discharge pipeline shall have a minimum nominal diameter of 6 inches. 5. Duty and standby 1,500 gpm self-priming bypass pumps shall be provided for the sewer bypass. Each pump shall be capable of this capacity at a total dynamic head of 150 feet of water. Pumps shall be capable of the suction lift required to meet site conditions and pump configuration with ground at +16-feet mean sea level (MSL) elevation and sewage elevation in the suction manhole ranging from -1.0-feet MSL to+ 1.0-feet MSL. · 6. A float will be placed in the nearest upstream manhole from the suction manhole to signal an alarm to the bypass contractor if the sewer line surcharges. 7. All pumps shall be engine driven and shall be critically silenced for sound control. 8. Pumps shall be capable of running 24 hours per day for up to 75 continuous days, or as required to complete the work. 9. CONTRACTOR shall be responsible for all aspects of the mobilization, set up, operation, management, 24-hour trained personnel for monitoring and operation, pressure testing, spill containment at all points of suction and discharge. Spill management shall include clean up, replacement of damaged property and fines. 10. The 24-hour trained monitoring team shall maintain a bypass system tracking spread sheet with hourly entries of operating parameters including at a minimum: pressure, manhole liquid level, heat, sound and vibration. B. The CONTRACTOR shall comply with the Regional Water Quality Control Board, Health Department, and City of Carlsbad standards, Air Quality Management District permits, and regulations. The CONTRACTOR shall cooperate with City staff and other regulators and environmental agencies. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Temporary Sewage Handling 02999 - 1 ,I""" '-,.., 1.02 A. 1.03 A. B. RELATED WORK SPECIFIED ELSEWHERE Section 15051 General Piping Stipulations REFERENCE SPECIFICATIONS, CODES, AND STANDARDS Comply with the reference Specifications of the General Requirements. Commercial Standards, including American National Standards Institute (ANSI), American Society for Testing and Materials (ASTM), Federal Specifications (FS), International Standards Organization (ISO), and manufacturer's printed recommendations. 1.04 CONTRACTOR LIABILITY A. The CONTRACTOR shall be responsible for continuity of sanitary sewer service to each facility connected to the lift station during the execution of the Work to be performed under this Contract. In the event that sewage backup occurs and enters dwellings or other structures due to in any part to a failure of the bypass piping system or to non-compliance with the Contract Documents, the CONTRACTOR shall be responsible for cleanup, repair, property damage costs, fines imposed by jurisdictional authorities, and all claims arising there from. All spills shall be contained and returned to the sewer system. B. In the event the Regional Water Quality Control Board levies a fine on the City of Carlsbad because of a sewage spill caused by the CONTRACTOR (directly or indirectly) due to CONTRACTOR lack of attention to procedures or other negligence, the CONTRACTOR shall be held responsible and liable for reimbursing the City of Carlsbad for the entire amount of any fine imposed. 1.05 CONTRACTOR SUBMITTALS A. CONTRACTOR shall prepare and submit to the City of Carlsbad at its own cost a complete plan demonstrating how the bypass system will be operated. B. Unless otherwise indicated, the following shall be submitted to the ENGINEER within 15 days after receiving the Notice to Proceed, in compliance with the General Requirements, and as specified herein. 1. Plans, clearly indicating any proposed changes from the Contract Documents, for the temporary handling of sewage flow, routing and protection of bypass lines, containment areas, equipment location, schematic of pump set-up and discharge, and proposed sequencing. 2. Shop drawings for the sewage bypass pipe material and fittings, pipe repair kits and procedures, spill recovery mats, and video camera. 3. Complete bypass pump system features and details, field verified and certified characteristic curves, electrical, controls, and instrumentation. 4. Spill Prevention, Control, and Countermeasure Plan as described in Part 3 (Execution) of this Specification. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Temporary Sewage Handling 02999 - 2 PART 2-PRODUCTS 2.01 PUMPING EQUIPMENT A. Pumps shall be engine driven, variable speed, and self-priming. All pumps shall be capable of cycling from O gpm to the required pump capacity. Pumps shall meet the operations requirements as shown in the Contract Drawings. B. All of the pumps considered for this bypass work shall be capable of passing 3-inch sized solids. C. The self priming system shall operate by blowing compressed air through a pump mounted jet into a tapered tube, which creates a vacuum. The vacuum draws air from the pump casing and pump suction pipe, then compressed air and educted air are both exhausted to a I-inch diameter line routed back to the suction manhole for discharge of air and condensation. The self priming system shall allow the pumps to start dry and run dry without causing damage. Alternative self- priming systems will be considered in review for approval. D. The CONTRACTOR shall use engines to drive the pumps. The engines shall be provided with sound attenuated enclosures and mufflers such that the maximum noise level from the running pump under full load shall not exceed 70 dBA at a distance of 30 feet from the engine. Additional soundproofing shall be provided by the CONTRACTOR, if necessary. Additional sound proofing shall include, as a minimum, shields not less than eight feet high around each engine and pump assembly. Lower noise levels may be specified in the permit by governing agencies. E. Standby pumping equipment shall be at the site continuously during pumping to provide 100 percent standby pumping capacity. The CONTRACTOR shall provide manpower to continuously monitor the pumping equipment on a 24-hour basis while in operation and to activate standby equipment, if necessary. The CONTRACTOR provided bypass system manpower shall be trained in pump operation and maintenance and fully capable of operating all aspects of the bypass system. F. Bypass pumps shall be self priming with suction lift sufficient to avoid sewer surcharge. Pumps may be equipped with a vacuum assisted self priming device. Any orifice designed to discharge air during pump priming shall be connected to a portable activated carbon scrubber or shall be equipped with a designated activated carbon scrubber such that the discharged air does not exceed a concentration of hydrogen sulfide equivalent (HSE) in the foul air of 10 parts per billion by volume (ppbv), as measured at a location near the bypass pump or at the location of the nearest receptor. 2.02 BYPASS PIPING A. The bypass pipeline layout and material shall be approved by the City Engineer prior to installation. The suction pipeline shall have a minimum nominal diameter of 8 inches and the discharge pipeline shall have a minimum nominal diameter of 6 inches. 2.03 BYPASS VALVES A. All valves used on the bypass system shall be open port gate, plug or ball valves. Size of valve shall be minimum 8-inch nominal diameter. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Temporary Sewage Handling 02999 -3 2.04 TEMPORARY PLUGGING OF SEWER A. Plugs shall be appropriate for the application. Unless otherwise indicated, plugs shall be a heavy- duty inflatable type with a steel rod through plug centerline, a retaining plate and an eye-lift on both ends. Plugs shall be new, made of natural rubber and shall show no cracks or signs of damage. The plugs shall have a flexible sealing design to compensate for any irregular interior surface of the pipe. The plug length shall be suitable for the specific application. Plugs shall be equipped with continuous pressure monitoring and an audible alarm when the pressure drops below the minimum pressure recommended by the manufacturer. The installed pressure shall be as recommended by the manufacturer for the application. The eye-lifts shall be secured to a 5/8- inch diameter stainless steel pulling cable accessible for removal without entry. Inflatable plugs should be installed immediately upstream from the wet well to aid emergency removal of the plug. A double block and bleed may be required to protect workers per O.S.H.A. 2.05 MANHOLE LEVEL SENSORS WITH ALARM A. Each bypass suction wet well or manhole shall be fitted with a liquid level sensor connected to an audible alarm and light. Level shall be set to indicate a pumping failure as early as possible. PART 3 -EXECUTION 3.01 TEMPORARY HANDLING OF SEWAGE A. The CONTRACTOR shall construct, operate, maintain, and remove, without damage to existing structures, all temporary sewage handling facilities. The City of Carlsbad forces will not assist the CONTRACTOR with flow handling during the Work. The CONTRACTOR shall submit details of proposed equipment for temporary handling of sewage flow as specified. Requirements for operating the bypass system shall be as indicated herein and as shown on the Plans. The system shall operate as specified to insure that neither the upstream nor downstream systems are threatened with sewage overload or spill. B. Under no circumstances shall sewage or solids be deposited onto the ground surface, streets, or into ditches, catch basins or storm drains or natural drainage ways. Sewage shall be handled in a manner so as not to create a public nuisance or health hazard. C. CONTRACTOR shall propose a system test procedure for review and approval as part of the Shop Drawing review. Work on the project requiring no flow in the sewer shall not commence until after the bypass system is proven adequate in accordance with the approved test procedure. 3.02 SPILL PREVENTION, CONTROL AND COUNTERMEASURE PLAN A. The CONTRACTOR shall implement the Spill Prevention, Control and Countermeasure Plan as specified in this section. B. CONTRACTOR shall provide reservation of two vacuum capable tanker trucks and personnel. Such equipment shall be available to the project for on-site response within 30 minutes notice over 24 hours per day for the duration of the field work. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Temporary Sewage Handling 02999 - 4 C. The CONTRACTOR shall submit for acceptance, all duty and emergency equipment for containment, cleanup, and repair of any spill. Specifics for each bypass installation shall include as applicable, but are not limited to: 1. Pipe repair kits 2. Spare inflatable pipe plugs 3. Spare pipe sections, and other relevant equipment 4. Spare valves 5. Spare vehicle ramps 6. Standby pumping truck(s) 7. Secondary containment around duty and stand by pump installations D. The CONTRACTOR shall maintain standby and emergency equipment on site. E. The CONTRACTOR shall provide the names, phone numbers, and hourly working schedules of at least three (3) people who can be contacted 24 hours per day by phone and that may be brought on-site at any time to address on-site emergencies. The CONTRACTOR shall provide notification of any substitution in writing at least two days in advance. When bypassing flows, CONTRACTOR shall have at least one bypass pumping factory-trained and certified person on site 24 hours per day to monitor and maintain the bypass and implement the emergency procedures in case of an emergency. 1. The CONTRACTOR shall identify those responsible for each activity, present a training plan for acceptance, and perform the accepted training. 2. The CONTRACTOR shall coordinate the plan with the construction storm water management requirements to protect water quality and respond to spills of sewage, groundwater, or fuels, ensuring there are no conflicts with implementing each of the respective programs. The CONTRACTOR shall implement all indicated spill prevention measures (e.g. monitoring of upstream manholes, monitoring in the trench). F. The following spill procedures shall be followed by the CONTRACTOR. 1. If a spill is detected or a catastrophic pipe failure occurs, the immediate priority of the CONTRACTOR shall be to prevent any sewage from reaching surface waters. 2. The CONTRACTOR shall anticipate the following bypass system failure modes in the plan and be prepared to act accordingly. a. If the bypass pump fails, begin using standby equipment immediately. b. In the event the bypass pipe is ruptured in a traffic accident or otherwise, the CONTRACTOR shall immediately stop the bypass pump, start redundant standby system, install containment as indicated in the plan, and notify the City of Carlsbad. Inform the City of Carlsbad what emergency diversion, if any, is indicated in the plan. Make repairs to the bypass pipe and restart the system. Begin cleanup. Notify the City of Carlsbad when the system is back in service. 3. In event of any spill, the CONTRACTOR shall immediately and in parallel with above activities, notify the City of Carlsbad and request the City of Carlsbad's collections staff to be dispatched. 4. The City of Carlsbad's staff will respond to monitor the CONTRACTOR's clean-up- related activities to ensure the spill is cleaned in accordance with this Plan. It is the No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Temporary Sewage Handling 02999 -5 0 C 5. CONTRACTOR's responsibility to provide the primary means for pipe repair and spill recovery and clean-up including mobilizing any necessary equipment to be onsite within an hour of a spill. Clean up may require a sweeper truck, Vactor truck, water truck, and/or other equipment. All City of Carlsbad's time and material and special equipment for spill cleaning will be deducted from the CONTRACTOR's progress payment The CONTRACTOR shall attempt to pond the water in an area away from surface water drainage areas that can be easily and fully recovered for discharge to VVWRA' s collection system. This ponding activity should not impact any environmentally sensitive areas. 6. The CONTRACTOR and City of Carlsbad staff shall coordinate the most efficient and appropriate response, repair, and cleanup of a spill as soon as possible. The CONTRACTOR will cooperate with City of Carlsbad staff to the fullest extent possible in order to minimize the impacts and volume of the spill in the most efficient manner possible. 7. Disinfection of a spill is not allowed. All wash water and sewage-contaminated wash water must be contained and recovered in the same manner as the sewage. 8. The CONTACTOR shall have cameras on hand and shall document the spill, its cause, and the response activities as these occur with a video camera and photographs. The CONTRACTOR is required to attend a debriefing at the jobsite immediately after the spill is contained and cleaned up. No. Batiquitos LS Pump Replacement Contract No. 5517 END OF SECTION September 2014 Temporary Sewage Handling 02999 -6 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1-GENERAL 1.01 DESCRIPTION A. The Contractor shall provide finished concrete, complete, in accordance with the Contract Documents. B. The following types of concrete shall be covered in this section: 1. Structural Concrete: Concrete to be used in all cases except where noted otherwise in the Contract Documents. 2. Sitework Concrete: Concrete to be used for curbs, gutters, catch basins, sidewalks, pavements, fence and guard post embedment, underground duct bank encasement and all other concrete appurtenant to electrical facilities unless otherwise indicated. 3. Lean Concrete: Concrete to be used for thrust blocks, anchor blocks, pipe trench cut-off blocks and cradles, where the preceding items are detailed on the Drawings as unreinforced. Concrete to be used as protective cover for dowels intended for future connection. C. The term "hydraulic structure" used in these Specifications shall refer to environmental engineering concrete structures for the containment, treatment, or transmission of water, wastewater, or other fluids. A hydraulic structure encompasses all of its component parts including, but not limited to, the walls, floor slabs, columns, column foundations, beams, drop panels, roof structure and other ancillary structural components. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Federal Specifications: UU-B-790A (1) (2) B. Commercial Standards: Building Paper, Vegetable Fiber (Kraft, Waterproofed, Water Repellant and Fire Resistant) 1. American Concrete Institute (ACI): 117 214 301 No. Batiquitos LS Pump Replacement Design Contract No. 5517 Standard Tolerances for Concrete Construction and Materials Recommended Practice for Evaluation of Strength Test Results of Concrete Structural Concrete for Buildings September 2014 Cast-In-Place Concrete 03300 -1 C 304R 305R 306 309 315 318 350R Recommended Practice for Measuring Mixing, Transporting and Placing Concrete Hot Weather Concreting Cold Weather Concreting Consolidation of Concrete Details and Detailing of Concrete Reinforcement Building Code Requirements for Reinforced Concrete Environmental Engineering Concrete Structures 2. American Society for Testing and Materials (ASTM): C 31 Practice for Making and Curing Concrete Test Specimens in the Field Concrete Aggregates C 33 C39 Test Method for Compressive Strength of Cylindrical Concrete Specimens C42 C94 C 136 C 138 C 143 C 150 C 156 C 157 C171 C 192 C 231 C 260 C309 No. Batiquitos LS Pump Replacement Design Contract No. 5517 Test Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete Ready-Mixed Concrete Test Method for Sieve Analysis of Fine and Coarse Aggregates Test Method for Unit Weight, Yield, and Air Content of Concrete Test Method for Slump of Hydraulic Cement Concrete Portland Cement Test Method for Water Retention by Concrete Curing Materials Test Method for Length Change of Hardened Hydraulic Cement Mortar and Concrete Specification for Sheet Materials for Curing Concrete Practice for Making and Curing Concrete Test Specimens in the Laboratory Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method Air-Entraining Admixtures for Concrete Liquid Membrane-Forming Compounds for Curing Concrete September 2014 Cast-In-Place Concrete 03300 -2 C494 C 1077 D448 D 1751 D 2419 E 1643 E 1745 Chemical Admixtures for Concrete Practice for Laboratories Testing Concrete and Concrete Aggregates for use in Construction & Criteria for Laboratory Evaluation Size of Aggregate for Road and Bridge Construction Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types) Test Method for Sand Equivalent Value of Soils and Fine Aggregate Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs 3. California Building Code (CBC). 1.03 SUBMITTALS A. Mix Designs: Prior to beginning the work and within 14 days of the Notice to Proceed, submit to the City's Representative, for review, preliminary concrete mix designs which shall show the proportions and gradations of all materials proposed for each class and type of concrete indicated herein in accordance with General Provisions 2-5.3, Contractor Submittals. The mix designs shall be checked and certified to conform to these Specifications by an independent testing laboratory acceptable to the City's Representative. All costs related to such checking shall be borne by the Contractor at no increased cost to the City. B. Delivery Tickets: Where ready-mix concrete is used, furnish delivery tickets at the time of delivery of each load of concrete. Each ticket shall show the state certified equipment used for measuring and the total quantities, by weight, of cement, sand, each class of aggregate, admixtures, and the amounts of water in the aggregate added at the batching plant, and the amount allowed to be added at the site for the specific design mix. In addition, each ticket shall state the mix number, total yield in cubic yards, and the time of day, to the nearest minute, corresponding to the times when the batch was dispatched, when it left the plant, when it arrived at the site, when unloading began, and when unloading was finished. C. Furnish the following submittals in accordance with ACI 301: 1. Mill tests for cement. 2. Admixture certification. Chloride ion content must be included. 3. Aggregate gradation and certification. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -3 4. Materials and methods for curing. 1.04 QUALITY ASSURANCE A. General: B. C. 1. Tests on component materials and for compressive strength and shrinkage of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. 2. The City will engage the services of a material testing laboratory to perform testing for the purpose of verifying compliance with the project specifications. 3. The cost of all laboratory tests on cement, aggregates, and concrete, will be borne by the City. However, the Contractor will be charged for the cost of any additional tests and investigation on work performed which does not meet the Specifications. The laboratory must meet or exceed the requirements of ASTM C 1077. 4. Concrete for testing shall be supplied by the Contractor at no cost to the City, and the Contractor shall assist the City's Representative in obtaining samples, and disposal and cleanup of excess material. Field Compression Tests: 1. Compression test specimens will be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the City's Representative to ensure continued compliance with these Specifications. Each set of test specimens will be a minimum of six cylinders. 2. Compression test specimens for concrete shall be made in accordance with Section 9.2 of ASTM C 31. Specimens shall be 6-inch diameter by 12-inch high cylinders. 3. Compression tests shall be performed in accordance with ASTM C 39. One test cylinder will be tested at 7 days and two at 28 days. The remaining cylinders will be held to verify test results, if needed. Evaluation and Acceptance of Concrete: 1. Evaluation and acceptance of the compressive strength of concrete shall be according to the requirements of ACI 318, Chapter 5 "Concrete Quality, Mixing, and Placing" and as specified herein. 2. A statistical analysis of compression test results will be performed according to the requirements of ACI 214. The standard deviation of the test results shall not exceed 640 psi, when ordered at equivalent water content as estimated by slump. 3. If any concrete fails to meet these requirements, immediate corrective action shall be taken to increase the compressive strength for all subsequent batches of the type of concrete affected. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-4 4. When the standard deviation of the test results exceeds 640 psi, the average strength for which the mix is designed shall be increased by an amount necessary to satisfy the statistical requirement that the probability of any test being more than 500 psi below or the average of any three consecutive tests being below the required compressive strength is 1 in 100. The required average strength shall be calculated by Criterion No. 3 of ACI 214 using the actual standard of deviation. 5. All concrete which fails to meet the ACI requirements and these Specifications, is subject to removal and replacement at no increase in cost to the City. 6. Shrinkage Tests: 7. Drying shrinkage tests will be made for the trial batch specified in the Paragraph 2.08 in Part 2 entitled "Trial Batch and Laboratory Tests," the first placement of each class of concrete, and during construction to insure continued compliance with these Specifications. 8. Drying shrinkage specimens shall be 4-inch by 4-inch by 11-inch prisms with an effective gage length of 10 inches, fabricated, cured, dried and measured in accordance with ASTM C 157 modified as follows: specimens shall be removed from molds at an age of 23 ±1 hours after trial batching, shall be placed immediately in water at 70 degrees F ±3 degrees F for at least 30 minutes, and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73 degrees F ±3 degrees F. Measurement to determine expansion expressed as a percentage of original length shall be made at age 7 days. This length at age 7 days shall ~ be the base length for drying shrinkage calculations {"O" days drying age). Specimens ..J then shall be stored immediately in a humidity control room maintained at 73 degrees F ±3 degrees F and 50 percent ±4 percent relative humidity for the remainder of the test. Measurements to determine shrinkage expressed as percentage of base length shall be made and reported separately for 7, 14, 21, and 28 days of drying after 7 days of moist curing. 9. The drying shrinkage deformation of each specimen shall be computed as the difference between the base length (at "O" days drying age) and the length after drying at each test age. The average drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001 inch at each test age. If the drying shrinkage of any specimen departs from the average of that test age by more than 0.0004 inch, the results obtained from that specimen shall be disregarded. Results of the shrinkage test shall be reported to the nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from the same concrete used for preparing drying shrinkage specimens. These tests shall be considered a part of the normal compression tests for the project. Allowable shrinkage limitations shall be as listed in Part 2, herein. D. Construction Tolerances: Set and maintain concrete forms and perform finishing operations so as to ensure that the completed work is within the required tolerances. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified permissible variation from lines, grades, or dimensions indicated. Where No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -5 tolerances are not stated in the Specifications, permissible deviations will be in accordance with ACI 117. 1. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise indicated: Item Tolerance Variation of the constructed linear outline from the In 10 feet: 1/4 inch; established position in plan. In 20 feet or more: 1/2 inch Variation from the level or from the grades shown. In 10 feet: 1/4 inch In 20 feet or more: 1/2 inch Variation from the plumb. In 10 feet: 1/4 inch; Variation in the thickness of slabs and walls. Minus 1/4 inch; Plus 1/2 inch Variation in the locations and sizes of slabs and wall Plus or minus 1/4 inch openings. 1.05 WORKPAYMENT A. Payment for the Work in this Section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto, including all Work and materials specified herein and as may be required to complete this portion of the Work. B. Include all costs for Work of this Section in Bid Item #4 including all labor, supervision, materials, professional services, transportation, etc. PART 2 -MATERIALS 2.01 CONCRETE MATERIALS A. General: 1. All materials specified herein shall be classified as acceptable for potable water use by the Environmental Protection Agency within 30 days of application. 2. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Cement reclaimed from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 - 6 3. It shall be the Contractor's responsibility to ensure that the color concrete has a consistent color from batch to batch and from day to day. B. All materials furnished for the work shall comply with the requirements of Chapter 3 of ACI 318, as applicable. C. Storage of materials shall conform to the requirements of Chapter 3, of ACI 318, or the Standard Specifications. D. Materials for concrete shall conform to the following requirements: 1. Cement shall be standard brand portland cement conforming to ASTM C 150 for Type V, including Table 2 optional requirements. A minimum of 85 percent of cement by weight shall pass a 325 screen. A single brand of cement shall be used throughout the work, and prior to its use, the brand shall be acceptable to the City's Representative. The cement shall be suitably protected from exposure to moisture until used. Cement that has become lumpy shall not be used. Sacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mill test reports, including fineness, for each shipment of cement to be used shall be submitted to the City's Representative if requested regarding compliance with these Specifications. 2. Flyash is not permitted without specific submittal review and approval to do so. 3. Water for mixing and curing shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this section only, if it meets the requirements of the local governmental agencies. Agricultural water with high total dissolved solids (over 1,000 mg/I TDS) shall not be used. 4. Aggregates shall be obtained from pits acceptable to the City's Representative, shall be nonreactive, and shall conform to ASTM C 33. Maximum size of coarse aggregate shall be as specified herein. Lightweight sand for fine aggregate will not be permitted. a. Coarse aggregates shall consist of clean, hard, durable gravel, crushed gravel, crushed rock or a combination thereof. The coarse aggregates shall be prepared and handled in two or more size groups for combined aggregates with a maximum size greater than 3/4 inch. When the aggregates are proportioned for each batch of concrete the two size groups shall be combined. See the Paragraph 2.08 in Part 2 entitled "Trial Batch and Laboratory Tests" for the use of the size groups. b. Fine aggregates shall be natural sand or a combination of natural and manufactured sand that are hard and durable. When tested in accordance with ASTM D 2419, the sand equivalency shall not be less than 75 percent for an average of three samples, nor less than 70 percent for an individual test. Gradation of fine aggregate shall conform to ASTM C 33, with 15 to 30 percent No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-7 0 0 C. passing the number 50 screen and 5 to 10 percent passing the number 100 screen. The fineness modulus of sand used shall not be over 3.00. Combined aggregates shall be well graded from coarse to fine sizes, and shall be uniformly graded between screen sizes to produce a concrete that has optimum workability and consolidation characteristics. Where a trial batch is required for a mix design, the final combined aggregate gradations will be established during the trial batch process. d. When tested in accordance with ASTM C 33, the ratio of silica released to reduction in alkalinity shall not exceed 1.0. e. When tested in accordance with ASTM C 33, the fine aggregate shall produce a color in the supernatant liquid no darker than the reference standard color solution. f. When tested in accordance with ASTM C 33, the coarse aggregate shall show a loss not exceeding 42 percent after 500 revolutions, or 10.5 percent after 100 revolutions. g. When tested in accordance with ASTM C 33, the loss resulting after five cycles shall not exceed 10 percent for fine or coarse aggregate when using sodium sulfate. 5. Ready-mix concrete shall conform to the requirements of ASTM C 94. 6. Admixtures: All admixtures shall be compatible and by a single Manufacturer capable of providing qualified field service representation. Admixtures shall be used in accordance with Manufacturer's recommendations. If the use of an admixture is producing an inferior end result, discontinue use of the admixture. Admixtures shall not contain thiocyanate nor more than 0.05 percent chloride ion, and shall be nontoxic after 30 days. a. Air-entraining agent meeting the requirements of ASTM C 260, shall be used. Sufficient air-entraining agent shall be used to provide a total air content of 3 to 5 percent. The City reserves the right, at any time, to sample and test the air- entraining agent received on the job. The air-entraining agent shall be added to the batch in a portion of the mixing water. The solution shall be batched by means of a mechanical batcher capable of accurate measurement. Air content shall be tested at the point of placement. Air entraining agent shall be Darex II by W.R. Grace; AEA-92 by Euclid Chemical Company; or equal. b. Set controlling and water reducing admixtures: Admixtures may be added at the Contractor's option to control the set, effect water reduction, and increase workability. The addition of an admixture shall be at no increase in cost to the City. The use of an admixture shall be subject to acceptance by the City's Representative. Concrete containing an admixture shall be first placed at a location determined by the City's Representative. Admixtures specified herein No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -8 shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of whether or not an admixture is used. (1) Concrete shall not contain more than one water reducing admixture. Concrete containing an admixture shall be first placed at a location determined by the City's Representative. (2) Set controlling admixture shall be either with or without water-reducing properties. Where the air temperature at the time of placement is expected to be consistently over 80 degrees F, a set retarding admixture such as Eucon Retarder by Euclid Chemical Company; Daratard 17 by W.R. Grace; or equal shall be used. Where the air temperature at the time of placement is expected to be consistently under 40 degrees F, a noncorrosive set accelerating admixture such as Plastocrete 161FL by Sika Corporation; Pozzutec 20 by Master Builders; Daraset by W.R. Grace; or equal shall be used. (3) Normal range water reducer shall conform to ASTM C 494, Type A or D. WRDA 64 by W.R. Grace; Eucon WR-91 by Euclid Chemical Company; or equal. The quantity of admixture used and the method of mixing shall be in accordance with the Manufacturer's instructions and recommendations. (4) High range water reducer shall conform to ASTM C 494, Type For G. ADVA 190 by W.R. Grace; Eucon 1037 by Euclid Chemical Co.; or equal. High range water reducer shall be added to the concrete after all other ingredients have been mixed and initial slump has been verified. No more than 14 ounces of water reducer per sack of cement shall be used. Water reducer shall be considered as part of the mixing water when calculating water cement ratio. (5) If the high range water reducer is added to the concrete at the jobsite, it may be used in conjunction with the same water reducer added at the batch plant. Concrete shall have a slump of 3 inches ±1/2 inch prior to adding the high range water reducing admixture at the jobsite. The high range water reducing admixture shall be accurately measured and pressure injected into the mixer as a single dose by an experienced technician. A standby system shall be provided and tested prior to each day's operation of the jobsite system. (6) Concrete shall be mixed at mixing speed for a minimum of 30 mixer revolutions after the addition of the high range water reducer. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-9 - ,~ 2.02 CURING MATERIALS ..._... A. Materials for curing concrete as specified herein shall conform to the following requirements and ASTM C 309: All curing compounds {also sealers) shall be Type I, Class Band resin based. Sodium silicate compounds shall not be allowed. Concrete curing compound shall be Spartan Cote Cure-Seal Hardener by the Burke Company; Super Rez Seal by Euclid Chemical Company; MB-429 as manufactured by Master Builders; or equal. Water based resin curing compounds shall be used only where local air quality regulations prohibit the use of a solvent based compound. Water based curing compounds shall be Aqua Resincure by the Burke Company; Aqua-Cure by Euclid Chemical Company; Masterkure-W by Master Builders; or equal. Curing compounds shall be used where architectural finish schedule calls for the concrete to be provided with sealer. 2.03 MISCELLANEOUS MA TE RIALS A. Dampproofing agent shall be an asphalt emulsion, such as Hydroxide 600 by Sonneborn; Damp- proofing Asphalt Coating by Euclid Chemical Company; Sealmastic by W.R. Meadows, Inc., or equal. B. Bonding agents shall be epoxy adhesives conforming to the following products for the applications indicated: 1. For bonding freshly-mixed, plastic concrete to hardened concrete, Sikadur 32 Hi-Mod Epoxy Adhesive, as manufactured by Sika Corporation; Concresive Liquid {LPL), as manufactured by Master Builders; BurkEpoxy MV as manufactured by The Burke Company; or equal. 2. For bonding hardened concrete or masonry to steel, Sikadur 31 Hi-Mod Gel as manufactured by Sika Corporation; BurkEpoxy NS as manufactured by The Burke Company; Concresive Paste {LPL) as manufactured by Master Builders; or equal. 2.04 CONCRETE DESIGN REQUIREMENTS A. General: Concrete shall be composed of cement, admixtures, aggregates and water, each of the qualities indicated. The exact proportions in which these materials are to be used for different parts of the work shall be determined during the trial batch. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. In mix designs, the percentage of sand of the total weight of fine and coarse aggregate shall not exceed 41 for hydraulic structures or 50 for all other structures, unless noted otherwise. The aggregate gradations shall be formulated to provide fresh concrete that will not promote rock pockets around reinforcing steel or embedded items. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the City. All changes shall be subject to review by the City's Representative. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -10 B. Water-Cement Ratio and Compressive Strength: The minimum compressive strength and cement content of concrete shall be not less than that in the following tabulation. C. Min. 28-Day Max. Size Min. Cement Max.W/C Compr Aggregate Per Cubic Yard Ratio Type of Work Strength (psi) (in) (lbs) (by weight) Structural Concrete: Floor slabs, columns, walls, footings and all 5,000 1 680 0.40 other concrete items not specified elsewhere Other Concretes: Sitework concrete 3,000 1 470 a.so Lean concrete 2,000 1-1/2 376 0.60 Note: The Contractor is cautioned thot the limiting parameters above ore not a mix design. Additional cement or water reducing agent may be required to achieve workability demanded by the Contractor's construction methods and aggregates. The Contractor is responsible for any costs ossocioted with providing concrete with the required workability. Adjustments to Mix Design: The mixes used shall be changed whenever such change is necessary or desirable to secure the required strength, density, workability, and surface finish and the Contractor shall be entitled to no additional compensation because of such changes. 2.05 CONSISTENCY A. The quantity of water entering into a batch of concrete shall be just sufficient, with a normal mixing period, to produce a concrete which can be worked properly into place without segregation, and which can be compacted by the vibratory methods indicated to give the desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature or moisture content of the aggregates, to maintain uniform production of a desired consistency. Do not exceed specified water-cement ratio. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall be as follows: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-11 0 Part of Work Slump (in) All concrete, unless noted otherwise 3 inches± 1 inch With high range water reducer added 6 inches± 2 inches Pea gravel mix 7 inches± 2 inches Ductbanks 5 inches± 1 inch 2.06 TRIAL BATCH AND LABO RA TORY TESTS A. Before placing any concrete, a testing laboratory designated by the City shall prepare a trial batch of each class of structural concrete, based on the preliminary concrete mixes submitted by the Contractor. During the trial batch the aggregate proportions may be adjusted by the testing laboratory using the two coarse aggregate size ranges to obtain the required properties. If one size range produces an acceptable mix, a second size range need not be used. Such adjustments shall be considered refinements to the mix design and shall not be the basis for extra compensation to the Contractor. All concrete shall conform to the requirements of this section, whether the aggregate proportions are from the Contractor's preliminary mix design, or whether the proportions have been adjusted during the trial batch process. The trial batch shall be prepared using the aggregates, cement and admixture proposed for the project. The trial batch materials shall be of a quantity such that the testing laboratory can obtain 3 drying shrinkage, and six compression test specimens from each batch. The cost of not more than three laboratory trial batch tests for each indicated concrete strength will be borne by the City but the Contractor shall furnish and deliver the materials in steel drums at no cost. Any additional trial batch testing required shall be performed by the Contractor at no additional cost to the City. 8. The determination of compressive strength will be made by testing 6-inch diameter by 12-inch high cylinders; made, cured and tested in accordance with ASTM C 192 and ASTM C 39. Three compression test cylinders will be tested at 7 days and three at 28 days. The average compressive strength for the three cylinders tested at 28 days for any given trial batch shall not be less than 125 percent of the specified compressive strength. C. A sieve analysis of the combined aggregate for each trial batch shall be performed according to the requirements of ASTM C 136. Values shall be given for percent passing each sieve. 2.07 SHRINKAGE LIMITATION A. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch, as measured at 21-day drying age or at 28-day drying age shall be 0.036 percent or 0.042 percent, respectively. Use a mix design for construction that has first met the trial batch shrinkage requirements. Shrinkage limitations apply only to structural concrete. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-12 B. The maximum concrete shrinkage for specimens cast in the field shall not exceed the trial batch maximum shrinkage requirement by more than 25 percent. C. If the required shrinkage limitation is not met during construction, take any or all of the following actions, at no additional cost to the City, for securing the shrinkage requirements. These actions may include changing the source or aggregates, cement and/or admixtures; reducing water content; washing of aggregate to reduce fines; increasing the number of construction joints; modifying the curing requirements; or other actions designed to minimize shrinkage or the effects of shrinkage. 2.08 MEASUREMENT OF CEMENT AND AGGREGATE A. The amount of cement and of each separate size of aggregate entering into each batch of concrete shall be determined by direct weighing equipment acceptable to the City's Representative. B. Weighing Tolerances: Percent of Total Material Weight of Batch Cement +/-1 Aggregates +/-3 Admixtures +/-3 2.09 MEASUREMENT OF WATER A. The quantity of water entering the mixer shall be measured by a suitable water meter or other measuring device of a type acceptable to the City's Representative and capable of measuring the water in variable amounts within a tolerance of one percent. The water feed control mechanism shall be capable of being locked in position so as to deliver constantly any specified amount of water to each batch of concrete. A positive quick-acting valve shall be used for a cut- off in the water line to the mixer. The operating mechanism must be such that leakage will not occur when the valves are closed. 2.10 READY-MIXED CONCRETE A. At the Contractor's option, ready-mixed concrete may be used meeting the requirements as to materials, batching, mixing, transporting, and placing as indicated herein and in accordance with ASTM C 94, including the following supplementary requirements. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-13 0 0 B. Ready-mixed concrete, as defined by ASTM C 94, shall be proportioned by mass at the concrete batch plant, mixed, and transported to the job site. Volumetric batching and job site mixing shall not be allowed. Ready-mixed concrete shall be delivered to the site of the work, and discharge shall be completed within one hour after the addition of the cement to the aggregates or before the drum has been revolved 250 revolutions, whichever is first. C. Truck mixers shall be equipped with electrically-actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type, and shall be mounted in the driver's cab. The counters shall be actuated at the time of starting mixers at mixing speeds. D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the Manufacturer of equipment. Additional mixing, if any, shall be at the speed designated by the Manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer drum before actuating the revolution counter for determining the number of revolutions of mixing. E. Truck mixers and their operation shall be such that the concrete throughout the mixed batch as discharged is within acceptable limits of uniformity with respect to consistency, mix, and grading. If slump tests taken at approximately the 1/4 and 3/4 points of the load during discharge give slumps differing by more than one inch when the specified slump is 3 inches or less, or if they differ by more than 2 inches when the specified slump is more than 3 inches, the mixer shall not be used on the work unless the causing condition is corrected and satisfactory performance is verified by additional slump tests. All mechanical details of the mixer, such as water measuring and discharge apparatus, condition of the blades, speed of rotation, general mechanical condition of the unit, and clearance of the drum, shall be checked before a further attempt to use the unit will be permitted. F. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a delivery ticket furnished to the City's Representative in accordance with the paragraph in Part 1 entitled "Delivery Tickets." G. The use of nonagitating equipment for transporting ready-mixed concrete will not be permitted. Combination truck and trailer equipment for transporting ready-mixed concrete will not be permitted. The quality and quantity of materials used in ready-mixed concrete and in batch aggregates shall be subject to continuous inspection at the batching plant by the Engineer. PART 3 -EXECUTION 3.01 PROPORTIONING AND MIXING A. Proportioning: Proportioning of the concrete mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-14 B. Mixing: Mixing of concrete shall conform to the requirements of Chapter 7 of said ACI 301 Specifications. C. Slump: Maximum slumps shall be as indicated herein. D. Retempering: Retempering of concrete or mortar which has partially hardened shall not be permitted. 3.02 PREPARATION OF SURFACES FOR CONCRETING A. General: Earth surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete. B. Joints in Concrete: Concrete surfaces upon or against which concrete is to be placed, where the placement of the concrete has been stopped or interrupted so that, as determined by the Engineer, the new concrete cannot be incorporated integrally with that previously placed, are defined as construction joints. The surfaces of horizontal joints shall be given a compacted, roughened surface for good bond. Except where the Drawings call for joint surfaces to be coated, the joint surfaces shall be cleaned of all laitance, loose or defective concrete, foreign material, and roughened to a minimum 1/4-in.ch amplitude. Such cleaning and roughening shall be accomplished by hydro blasting or sandblasting (exposing aggregate) followed by thorough washing. All pools of water shall be removed from the surface of construction joints before the new concrete is placed. C. After the surfaces have been prepared all approximately horizontal construction joints shall be covered with a 6-inch lift of a rich pea gravel mix, as indicated above. The mix shall be placed and spread uniformly. Wall concrete shall follow immediately and shall be placed upon the fresh pea gravel mix. D. Placing Interruptions: When placing of concrete is to be interrupted long enough for the concrete to take a set, the working face shall be given a shape by the use of forms or other means, that will secure proper union with subsequent work; provided that construction joints shall be made only where acceptable to the Engineer. E. Embedded Items: No concrete shall be placed until all form work, installation of parts to be embedded, reinforcement steel, and preparation of surfaces involved in the placing have been completed and accepted by the Engineer at least 4 hours before placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the surrounding or adjacent concrete is placed. F. All inserts or other embedded items shall conform to the requirements herein. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-15 0 0 G. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms where shown or by Shop Drawings and shall be acceptable to the Engineer before any concrete is placed. Accuracy of placement is the responsibility of the Contractor. H. Casting New Concrete Against Old: Where concrete is to be cast against old concrete (any concrete which is greater than 60 days of age), the surface of the old concrete shall be thoroughly cleaned and roughened by hydro-blasting or sandblasting (exposing aggregate). The joint surface shall be coated with an epoxy bonding agent unless indicated otherwise by the Engineer. I. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and of the forms, clear of the work. No concrete shall be deposited underwater nor shall the Contractor allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the Engineer. J. Corrosion Protection: Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2 inches clearance between said items and any part of the concrete reinforcement. Securing such items in position by wiring or welding them to the reinforcement will not be permitted. K. Openings for pipes, inserts for pipe hangers and brackets, and the setting of anchors shall, where practicable, be provided for during the placing of concrete. L. Anchor bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. M. Cleaning: The surfaces of all metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before the concrete is placed. 3.03 VAPOR RETARDERS A. Vapor Retarder Membrane: A vapor retarder membrane shall be installed under all on-grade building floor slabs of occupiable (non-hydraulic) structures, and at any other locations designated in the Drawings. 1. Vapor Retarder: Place, protect, and repair vapor-retarder sheets according to ASTM E 1643 and Manufacturer's written instructions. 2. Vapor retarder membrane shall be installed over a sand base within perimeter of foundation line, moistened, and compacted with mechanical equipment to elevation tolerances of plus O inch or minus 3/4 inch, with a minimum thickness of 2 inches. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -16 Seams shall be lapped and sealed with accepted tape or adhesive as indicated in the standard. 3. Fine-Graded Granular Material: Cover vapor retarder with fine-graded granular material, moisten, and compact with mechanical equipment to elevation tolerances of plus O inch or minus 3/4 inch, minimum thickness not less than 2 inches. 3.04 HANDLING, TRANSPORTING, AND PLACING A. General: Placing of concrete shall conform to the applicable requirements of Chapter 8 of ACI 301 and the requirements of this section. No aluminum materials shall be used in conveying any concrete. B. Nonconforming Work or Materials: Concrete which upon or before placing is found not to conform to the requirements herein shall be rejected and immediately removed from the work. Concrete which is not placed in accordance with these Specifications, or which is of inferior quality, shall be removed and replaced at no additional expense to the City. C. Unauthorized Placement: No concrete shall be placed except in the presence of duly authorized representative of the City. Notify the Engineer in writing at least 24 hours in advance of placement of any concrete. D. Placement in Wall Forms: Concrete shall not be dropped through reinforcement steel or into any deep form, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar on the form surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used for placing concrete in the forms in a manner that it may reach the place of final deposit without separation. In no case shall the free fall of concrete exceed 4 feet below the ends of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process of depositing and in no case after depositing shall any portion be displaced in the forms more than 6 feet in horizontal direction. Concrete in forms shall be deposited in uniform horizontal layers not deeper than 2 feet; and care shall be taken to avoid inclined layers or inclined construction joints except where such are required for sloping members. Each layer shall be placed while the previous layer is still soft. The rate of placing concrete in forms shall not exceed 5 feet of vertical rise per hour. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. E. Casting New Concrete Against Old: An epoxy adhesive bonding agent shall be applied to the old surfaces according to the Manufacturer's written recommendations. This provision shall not apply to joints where waterstop is installed: see Section 03290, Joints in Concrete. F. Conveyor Belts and Chutes: All ends of chutes, hopper gates, and all other points of concrete discharge throughout the Contractor's conveying, hoisting and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type acceptable to the Engineer. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-17 0 0 G. such that concrete of the indicated consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Placement in Slabs: Concrete placed in sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. As the work progresses, the concrete shall be vibrated and carefully worked around the slab reinforcement, and the surface of the slab shall be screeded in an up-slope direction. H. Temperature of Concrete: The temperature of concrete when it is being placed shall be not more than 90 degrees F nor less than 55 degrees F for sections less than 12 inches thick nor less than 50 degrees for all other sections. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the required minimum temperature. The time between the introduction of the cement to the aggregates and discharge shall not exceed 45 minutes. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, the Contractor shall employ effective means, such as precooling of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. The Contractor shall be entitled to no additional compensation on account of the foregoing requirements. I. Cold Weather Placement: 1. Placement of concrete shall conform to ACI 306.1 -Standard Specification for Cold Weather Concreting, and the following. 2. Remove all snow, ice and frost from the surfaces, including reinforcement, against which concrete is to be placed. Before beginning concrete placement, thaw the subgrade to a minimum depth of 6 inches. All reinforcement and embedded items shall be warmed to above 32 degrees F prior to concrete placement. 3. Maintain the concrete temperature above 50 degrees F for at least 3 days after placement. J. Hot Weather Placement: 1. Placement of concrete shall conform to ACI 305R -Hot Weather Concreting, and the following. 2. Only set retarding admixture shall be used in concrete when air temperature is expected to be consistently over 80 degrees F. 3. The maximum temperature of concrete shall not exceed 90 degrees F immediately before placement. 4. From the initial placement to the curing state, concrete shall be protected from the adverse effect of high temperature, low humidity, and wind. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-18 3.05 PUMPING OF CONCRETE A. General: If the pumped concrete does not produce satisfactory end results, discontinue the pumping operation and proceed with the placing of concrete using conventional methods. B. Pumping Equipment: The pumping equipment shall have two cylinders and be designed to operate with one cylinder only in case the other one is not functioning. In lieu of this requirement, the Contractor may have a standby pump on the site during pumping. C. The minimum diameter of the hose conduits shall be in accordance with ACI 304.2R. D. Pumping equipment and hoses conduits that are not functioning properly, shall be replaced. E. Aluminum conduits for conveying the concrete shall not be permitted. F. Field Control: Concrete samples for slump, air content, and test cylinders will be taken at the discharge end of the line. 3.06 ORDER OF PLACING CONCRETE A. The order of placing concrete in all parts of the work shall be acceptable to the Engineer. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints indicated. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 7 days for hydraulic structures and 3 days for all other structures before the contiguous unit or units are placed, except that the corner sections of vertical walls shall not be placed until the two adjacent wall panels have cured at least 14 days for hydraulic structures and 7 days for all other structures. B. Alternative or substitute methods of placing concrete for hydraulic structures shall not be accepted, except as follows: 1. Floor slabs: The 7-day curing time required between placement of adjacent slabs may be reduced to 5 days only after placement of at least 50 percent of the floor slabs and if the drying shrinkage tests have complied with the field cast specimen shrinkage limitations and if in the opinion of the Engineer no detrimental cracking has occurred. This procedure shall not take precedence over the requirements for removal of forms. 2. Roof slabs: The 7-day curing time required between placement of adjacent slabs may be reduced to 5 days only after placement of at least 20 percent of the roof slabs and if the drying shrinkage tests have complied with the field cast specimen shrinkage limitations and if in the opinion of the Engineer no detrimental cracking has occurred. This procedure shall not take precedence over the requirements for removal of forms. C. The surface of the concrete shall be level whenever a run of concrete is stopped. To ensure a level, straight joint on the exposed surface of walls, a wood strip at least 3/4 inch thick shall be tacked to the forms on these surfaces. The concrete shall be carried about 1/2 inch above the underside of the strip. About one hour after the concrete is placed, the strip shall be removed No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-19 0 0 ~ and any irregularities in the edge formed by the strip shall be leveled with a trowel and all ·'-" laitance shall be removed. 3.07 TAMPING AND VIBRATING A. As concrete is placed in the forms or in excavations, it shall be thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all corners and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be Group 3 (per ACI 309) high speed power vibrators (8,000 to 12,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. Group 2 vibrators may be used only at specific locations when accepted by the City's Representative. B. Care shall be used in placing concrete around waterstops. The concrete shall be carefully worked by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat-strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over and above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. C. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be used in sufficient numbers, with standby units as indicated, to accomplish the required results within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in any manner that causes segregation of its constituents. 3.08 FINISHING CONCRETE SURF ACES A. General: Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable deviations from plumb or level and from the alignment, profiles, and dimensions indicated are defined as tolerances and are given in Part 1, above. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces: No treatment is required after form removal except for curing, repair of defective concrete, and treatment of surface defects. Where architectural finish is required, it shall be as indicated. 1. Surface holes larger than 1/2 inch in diameter or deeper than 1/4 inch are defined as surface defects in basins and exposed walls. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -20 C. Unformed Surfaces: After proper and adequate vibration and tamping, all unformed top surfaces of slabs, floors, walls, and curbs shall be brought to a uniform surface with suitable tools. Immediately after the concrete has been screeded, it shall be treated with a liquid evaporation retardant. The retardant shall be used again after each work operation as necessary to prevent drying shrinkage cracks. The classes of finish for unformed concrete surfaces are designated and defined as follows: 1. Finish Ul: Sufficient leveling and screeding to produce an even, uniform surface with surface irregularities not to exceed 3/8 inch. No further special finish is required. 2. Finish U2: After sufficient stiffening of the screeded concrete, surfaces shall be float finished with wood or metal floats or with a finishing machine using float blades. Excessive floating of surfaces while the concrete is plastic and dusting of dry cement and sand on the concrete surface to absorb excess moisture will not be permitted. Floating shall be the minimum necessary to produce a surface that is free from screed marks and is uniform in texture. Surface irregularities shall not exceed 1/4 inch. Joints and edges shall be tooled where indicated or as determined by the City's Representative. 3. Finish U3: After the floated surface (as indicated for Finish U2) has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel troweling shall be performed with firm pressure such as will flatten the sandy texture of the floated surface and produce a dense, uniform surface free from blemishes, ripples, and trowel marks. The finish shall be smooth and free of all irregularities. 4. Finish U4: Steel trowel finish (as indicated for Finish U3) without local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise indicated. The resulting surface shall be rough enough to provide a nonskid finish. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-21 0 0 ------------------------------------------------- D. Unformed surfaces shall be finished according to the following schedule: Uniformed Surface Finish Schedule Area Finish Grade slabs and foundations to be covered with concrete or fill material Ul Floors to be covered with grouted tile or topping grout U2 Slabs which are water bearing with slopes 10 percent and less U3 Sloping slabs which are water bearing with slopes greater than 10 percent U4 Slabs not water bearing U4 Slabs to be covered with built-up roofing U2 Interior slabs and floors to receive architectural finish U3 Top surface of walls U3 3.09 ARCHITECTURAL FINISH A. General: Architectural finishes shall be required only where specifically called out on the Drawings. In all other cases, Paragraph 3.08, Finishing Concrete Surfaces, shall apply. 1. Removal of Forms: Leave forms in place as long as practical. Remove forms when concrete has reached a consistent age to maintain uniformity of curing conditions throughout the project. 2. Immediately after the forms have been stripped, the concrete surface shall be inspected and any pour joints, voids, rock pockets, or other defective areas shall be repaired and all form-tie holes filled as indicated herein. 3. Architectural finishes shall not be applied until the concrete surface has been repaired as required and the concrete has cured at least 14 days. 4. All architecturally treated concrete surfaces shall conform to the accepted mock-up samples required herein in texture, color, and quality. It shall be the Contractor's responsibility to maintain and protect the concrete finish. B. Smooth Concrete Finish: 1. The concrete surface shall be wetted, and a grout shall be applied with a brush. The grout shall be made by mixing one part portland cement and one part of fine sand that will pass a No. 16 sieve with sufficient water to give it the consistency of thick paint. The cement used in said grout shall be 1/2 gray and 1/2 white portland cement, as No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -22 determined by the City's Representative. White portland cement shall be Atlas white, or equal. Color additive shall be added if necessary for color match. Calcium chloride in the amount of 5 percent by volume of the cement shall be used in the brush coat. The freshly applied grout shall be vigorously rubbed into the concrete surface with a wood float filling all small air holes. After all the surface grout has been removed with a steel trowel, the surface shall be allowed to dry and, when dry, shall be vigorously rubbed with burlap to remove completely all surface grout so that there is no visible paint-like film of grout on the concrete. The entire cleaning operation for any area shall be completed the day it is started, and no grout shall be left on the surface overnight. Color of concrete and grout shall match the concrete it is to be applied to. 2. Cleaning operations for any given day shall be terminated at panel joints. It is essential that the various operations be carefully timed to secure the desired effect which is a light-colored concrete surface of uniform color and texture without any appearance of a paint or grout film. 3. In the event that improper manipulation results in an inferior finish, rub such inferior areas with Carborundum bricks. 4. Before beginning any of the final treatment on exposed surfaces, treat in a satisfactory manner a trial area of at least 200 square feet in some inconspicuous place selected by the City's Representative and shall preserve said trial area undisturbed until the completion of the job. C. Sandblasted Concrete Finish 1. Sandblasting shall be done in a safe manner acceptable to local authorities and per OSHA requirements. The sandblasting shall be a medium sandblast to remove laitance and to produce a uniform fine aggregate surface texture with approximately 1/32 to 1/16 inch of surface sandblasted off. Corners, patches, form panel joints, and soft spots shall be sandblasted with care. 2. Sandblasted Finish: Allow concrete to cure to sufficient strength that it will not be damaged by blasting, but not less than 7 days. 3. A mock-up sample panel shall be provided with sandblasted finish by the Contractor for acceptance by the City's Representative prior to starting the sandblasting work. The sample panel shall include a corner, plugs, and joints. All other sandblasting shall be equal in finish to the accepted sample panel. 4. Sandblasting shall be performed on all vertical surfaces of concrete and those horizontal surfaces not designated for walks. 5. Protection against sandblasting shall be provided on all surfaces and materials not requiring sandblasting but within or adjacent to areas being sandblasted. After sandblasting, the concrete surfaces shall be washed with clean water and excess sand removed. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300-23 0 C 6. All main exterior surfaces of the main building concrete pilasters shall be sandblast finish per architectural drawings. 3.10 CURING AND DAMPPROOFING A. General: All concrete shall be cured for not less than 10 days after placing, in accordance with the methods indicated herein for the different parts of the work, and described in detail in the following paragraphs: Surface To Be Cured or Dampproofed Method Unstripped forms 1 Wall sections with forms removed 6 Construction joints between footings and walls, and between 2 floor slab and columns Encasement concrete and thrust blocks 3 All concrete surfaces not specifically provided for elsewhere in 4 this Paragraph Floor slabs on grade 5 Slabs not on grade 6 B. Method 1: Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 10 days of placing the concrete, curing shall be continued in accordance with Method 6, herein. Do not use curing compound on cast-in-place prestressed tank wall. C. Method 2: The surface shall be covered with burlap mats which shall be kept wet with water for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. D. Method 3: The surface shall be covered with moist earth not less than 4 hours, nor more than 24 hours, after the concrete is placed. Earthwork operations that may damage the concrete shall not begin until at least 7 days after placement of concrete. E. Method 4: The surface shall be sprayed with a liquid curing compound. 1. It shall be applied in accordance with the Manufacturer's printed instructions at a maximum coverage rate of 200 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -24 2. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the curing period. Should the seal be damaged or broken before the expiration of the curing period, the break shall be repaired immediately by the application of additional curing compound over the damaged portion. 3. Wherever curing compound may have been applied by mistake to surfaces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. 4. Where curing compound is indicated, it shall be applied as soon as the concrete has hardened enough to prevent marring on unformed surfaces, and within 2 hours after removal of forms from contact with formed surfaces. Repairs required to be made to formed surfaces shall be made within the said 2-hour period; provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet- sandblasted to remove the curing compound, following which repairs shall be made. 5. At all locations where concrete is placed adjacent to a panel which has been coated with curing compound, the previously coated panel shall have curing compound reapplied to an area within 6 feet of the joint and to any other location where the curing membrane has been disturbed. 6. Prior to final acceptance of the work, all visible traces of curing compound shall be removed from all surfaces in such a manner that does not damage surface finish. F. Method 5: 1. Until the concrete surface is covered with curing compound, the entire surface shall be kept damp by applying water using nozzles that atomize the flow so that the surface is not marred or washed. The concrete shall be given a coat of curing compound in accordance with Method 4, herein. Not less than 1 hour nor more than 4 hours after the coat of curing compound has been applied, the surface shall be wetted with water delivered through a fog nozzle, and concrete-curing blankets shall be placed on the slabs. The curing blankets shall be polyethylene sheet, polyethylene-coated waterproof paper sheeting or polyethylene-coated burlap. The blankets shall be laid with the edges butted together and with the joints between strips sealed with 2-inch wide strips of sealing tape or with edges lapped not less than 3 inches and fastened together with a waterproof cement to form a continuous watertight joint. 2. The curing blankets shall be left in place during the 10-day curing period and shall not be removed until after concrete for adjacent work has been placed. Should the curing blankets become torn or otherwise ineffective, replace damaged sections. During the first 3 days of the curing period, no traffic of any nature and no depositing, temporary or otherwise, of any materials shall be permitted on the curing blankets. During the remainder of the curing period, foot traffic and temporary depositing of materials that impose light pressure will be permitted only on top of plywood sheets 5/8-inch No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -25 C G. minimum thickness, laid over the curing blanket. Add water under the curing blanket as often as necessary to maintain damp concrete surfaces at all times. Method 6: This method applies to both walls and slabs. 1. The concrete shall be kept continuously wet by the application of water for a minimum period of at least 10 consecutive days beginning immediately after the concrete has reached final set or forms have been removed. 2. Until the concrete surface is covered with the curing medium, the entire surface shall be kept damp by applying water using nozzles that atomize the flow so that the surface is not marred or washed. 3. Heavy curing mats shall be used as a curing medium to retain the moisture during the curing period. The curing medium shall be weighted or otherwise held in place to prevent being dislodged by wind or any other causes and to be substantially in contact with the concrete surface. All edges shall be continuously held in place. 4. The curing blankets and concrete shall be kept continuously wet by the use of sprinklers or other means both during and after normal working hours. 5. Immediately after the application of water has terminated at the end of the curing period, the curing medium shall be removed, any dry spots shall be rewetted, and curing compound shall be immediately applied in accordance with Method 4, herein except that curing compound shall not be used on the cast-in-place prestressed tank wall. 6. Dispose of excess water from the curing operation to avoid damage to the work. 3.11 PROTECTION A. Protect all concrete against injury until final acceptance by the City. B. Fresh concrete shall be protected from damage due to rain, hail, sleet, or snow. Provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring. 3.12 TREATMENT OF SURF ACE DEFECTS A. As soon as forms are removed, all exposed surfaces shall be carefully examined and any irregularities shall be immediately rubbed or ground in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Plastering or coating of surfaces to be smoothed will not be permitted. No repairs shall be made until after inspection by the City's Representative. In no case will extensive patching of honeycombed concrete be permitted. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall be repaired in accordance with the requirements of Paragraph 3.15, herewithin. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements shall be promptly executed by the Contractor at no increased cost to the City. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -26 B. Defective surfaces to be repaired shall be cut back from true line a minimum depth of 1/2 inch over the entire area. Feathered edges will not be permitted. Where chipping or cutting tools are not required in order to deepen the area properly, the surface shall be prepared for bonding by the removal of all laitance or soft material, and not less than 1/32-inch depth of the surface film from all hard portions, by means of an efficient sandblast. For exposed walls, the cement shall contain such a proportion of Atlas white portland cement as is required to make the color of the patch match the color of the surrounding concrete. Repair of defective surface shall be in accordance with the requirements of Paragraph 3.15, herewithin. C. Holes left by tie-rod cones shall be reamed with suitable toothed reamers so as to leave the surfaces of the holes clean and rough. These holes then shall be repaired in an approved manner with dry-packed cement grout. Holes left by form-tying devices having a rectangular cross- section, and other imperfections having a depth greater than their least surface dimension, shall not be reamed but shall be repaired in an approved manner with dry-packed cement grout. D. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of this section, as applicable, using approved methods which will not disturb the bond, cause sagging, or cause horizontal fractures. Surfaces of said repairs shall receive the same kind and amount of curing treatment as required for the concrete in the repaired section. E. Prior to filling any hydraulic structure with water, all cracks that may have developed on the water bearing surface of the members shall be "routed" as indicated and filled with sealant conforming to the requirements of Section 03290, Joints in Concrete. Prior to backfilling, faces of members in contact with fill, which are not covered with a waterproofing membrane, shall also have cracks repaired as specified herein. Repair of cracks shall be in accordance with the requirements of Paragraph 3.15, herewithin. 3.13 REP AIR OF DEFECTS A. Do not repair defects until concrete has been inspected by the Structural Engineer of Record. B. Repair surface defects that are smaller than 1 foot across in any direction and are less than 1/2 inch in depth by removing the honeycombed and other defective concrete down to sound concrete, make the edges perpendicular to the surface and at least 3/8-inch deep, thoroughly dampen the surface, work into the surface a bonding grout, fill the hole with mortar, match the finish on the adjacent concrete, and cure as specified. C. Repair severe defects that are larger than surface defects but do not effect the structural integrity of the structure by removing the honeycombed and other defective concrete down to sound concrete, make the edges of the hole perpendicular to the surface, sand, grit or water blast the surface, coat the blasted surface with epoxy bonding compound, place non-shrink grout, match the finish on the adjacent concrete, and cure as specified. D. If the defects affect the structural integrity of the structure or if patching does not satisfactorily restore the quality of the appearance to the surface, remove and replace all affected areas. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Cast-In-Place Concrete 03300 -27 0 0 11"""" 3.14 REPAIR OF CRACKS '--' A. Repair of cracks in concrete structures that are greater than 1/10-inch in width by cutting out a square edge and uniformly align joint 1/4-inch wide by 1/2-inch deep, prepare exposed surfaces of the joint, priming the joint, and applying polyurethane joint sealant. B. If the crack affects the structural integrity or function of the element, remove and replace all affected areas. 3.15 CARE AND REPAIR OF CONCRETE A. Protect all concrete against injury or damage from excessive heat, lack of moisture, over stress, or any other cause until final acceptance by the City. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or which, for any other reason, does not conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the Contractor's expense. No. Batiquitos LS Pump Replacement Design Contract No. 5517 END OF SECTION September 2014 Cast-In-Place Concrete 03300-28 PART 1-GENERAL 1.01 DESCRIPTION SECTION 03600 GROUT A. The Work of this Section includes providing grout other than that required for masonry work, complete. B. The following types of grout are included in the Work of this Section: 1. Non-Shrink Grout: This type of grout shall be used wherever grout is required, unless another type is specifically indicated. 2. Cement Grout 3. Epoxy Grout 4. Topping Grout and Concrete Fill 1.02 RELATED SECTIONS A. The Work of the following Sections applies to the Work of this Section. Other Sections of the Specifications not referenced below, shall also apply to the extent required for proper performance of this Work. Section 03300 Cast-in-Place Concrete 1.03 SPECIFICATIONS AD STANDARDS A. Except as otherwise indicated, the current versions of the following apply to the Work of this Section: CRD-C 621 ASTMC 109 ASTMC 531 ASTMC 579 ASTMC 827 ASTMD696 Corps of Engineers Specification for Non-shrink Grout Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in or 50-mm Cube Specimens) Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars, Grouts, and Monolithic Surfacings Test Methods for Compressive Strength of Chemical-Resistant Mortars and Monolithic Surfacings Test Method for Early Volume Change of Cementitious Mixtures Test Method for Coefficient of Linear Thermal Expansion of Plastics 1.04 SUBMITTALS, SHOP DRAWINGS AD SAMPLES A. The following shall be submitted in compliance with General Provisions 2-5.3: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Grout 03600-1 0 C B. Manufacturer's literature containing instructions and recommendations on the mixing, handling, placement, and appropriate uses for each type of non-shrink and epoxy grouts proposed for use in the work. C. Certified test results verifying the compressive strength, shrinkage, and expansion properties for proposed non-shrink and epoxy grouts. 1.05 TESTING DURING CONSTRUCTION A. Field Tests: 1. Compression test specimens will be taken during construction from the first placement of each type of grout, and at intervals thereafter as selected by the District Representative to insure continued compliance with these specifications. The specimens will be made by the approved testing laboratory at the direction of the District Representative at the Owner's cost. 2. Compression tests and fabrication of specimens for cement grout and nonshrink grout will be performed as specified in ASTM C 109 at intervals during construction as selected by ' the District Representative. A set of three specimens will be made for testing at 7 days, 28 days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grout will be performed as specified in ASTM C 579, Method B, at intervals during construction as selected by the District Representative. A set of three specimens will be made for testing at 7 days, and each earlier time period as appropriate. B. All grout, already placed, which fails to meet the requirements of these specifications, is subject to removal and replacement at the cost of the Contractor. C. The cost of all laboratory tests on grout will be borne by the Contractor, but the Contractor shall assist the District Representative in obtaining specimens for testing. However, the Contractor shall be charged for the cost of any additional tests and investigation on work performed which does not meet the specifications. The Contractor shall supply all materials necessary for fabricating the test specimens. PART 2 -PRODUCTS 2.01 CEMENT GROUT A. Cement Grout: Cement grout shall be composed of one part cement, three parts sand, and the minimum amount of water necessary to obtain the desired consistency. Where needed to match the color of adjacent concrete, white Portland Cement shall be blended with regular cement as needed. The minimum compressive strength at 28 days shall be 5000 psi. B. Cement grout materials shall be as indicated in Section 03300. 2.02 PREPACKAGED GROUTS A. Non-Shrink Grout: 1. Non-shrink grout shall be a prepackaged, inorganic, non-gas-liberating, non-metallic, cement-based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Grout 03600-2 formulation for each class of non-shrink grout indicated herein shall be that recommended by the manufacturer for the particular application. 2. Class A non-shrink grouts shall have a minimum 28 day compressive strength of 5000 psi; shall have no shrinkage (0.0 percent) and a maximum 4.0 percent expansion in the plastic state when tested in accordance with ASTM C 827; and shall have no shrinkage (0.0 percent) and a maximum of 0.2 percent expansion in the hardened state when tested in accordance with CRD C 621. 3. Class B non-shrink grouts shall have a minimum 28 day compressive strength of 5000 psi and shall meet the requirements of CRD C 621. 4. Application: a. Class A non-shrink grout shall be used for the repair of all holes and defects in concrete members which are water bearing or in contact with soil or other fill material, grouting under all equipment base plates, and at all locations where grout is specified in the contract documents; except, for those applications for Class B non-shrink grout and epoxy grout indicated herein. Class A non-shrink grout may be used in place of Class B non-shrink grout for all applications. b. Class B non-shrink grout shall be used for the repair of all holes and defects in concrete members which are not water-bearing and not in contact with soil or other fill material, grouting under all base plates for structural steel members, and grouting railing posts in place. B. Epoxy Grout: l. 2. Epoxy grout shall be a pourable, non-shrink, 100 percent solids system. The epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all premeasured and prepackaged. The resin component shall not contain any non-reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are not acceptable. Variation of component ratios is not permitted unless specifically recommended by the manufacturer. Manufacturer's instructions shall be printed on each container in which the materials are packaged. The chemical formulation of the epoxy grout shall be that recommended by the manufacturer for the particular application. 3. The mixed epoxy grout system shall have a minimum working life of 45 minutes at 75 degrees F. 4. The epoxy grout shall develop a compressive strength of 5000 psi in 24 hours and 10,000 psi in seven days when tested in accordance with ASTM C 579, Method B. There shall be no shrinkage (0.0 percent) and a maximum 4.0 percent expansion when tested in accordance with ASTM C 827. 5. The epoxy grout shall exhibit a minimum effective bearing area of 95 percent. This shall be determined by a test consisting of filling a 2-inch diameter by 4-inch high metal cylinder mold covered with a glass plate coated with a release agent. A weight shall be placed on the glass plate. At 24 hours after casting, the weight and plate shall be removed and the area in plan of all voids measured. The surface of the grout shall be probed with a sharp instrument to locate all voids. 6. The peak exotherm ofa 2-inch diameter by 4-inch high cylinder shall not exceed 95 degrees F when tested with 75 degree F material at laboratory temperature. The epoxy grout shall exhibit a maximum thermal coefficient of 30 x 10·6 inches/inch/degree F when tested according to ASTM C 531 or ASTM D 696. No. Batiquitos LS Pump Replacement Design Grout 03600-3 Contract No. 5 517 September 2014 7. Application: Epoxy grout shall be used to embed all anchor bolts and reinforcing steel required to be set in grout, and for all other applications required in the Contract Documents. 2.03 TOPPING GROUT AD CONCRETE FILL A. Grout for topping of slabs and concrete fill for built-up surfaces of tank, channel, and basin bottoms shall be composed of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned and mixed as indicated herein. All materials and procedures specified for concrete in Section 03300 shall apply except as indicated otherwise herein. B. Topping grout and concrete fill shall contain a minimum of 564 pound of cement per cubic yard with a maximum water cement ratio of 0.45. Where concrete fill is thicker than 3 inches, sitework concrete as indicated in Section 03310 or structural concrete as indicated in Section 03300 may be used when accepted by the Engineer. C. Coarse aggregate shall be graded as follows: U.S. STANDARD SIEVE SIZE PERCENT BY WEIGHT PASSING 1/2" 100 3/8" 90-100 No.4 20-55 No.8 5-30 No. 16 0-10 No. 30 0 D. Final mix design shall be as determined by trial mix design under supervision of the approved testing laboratory. E. Strength: Minimum compressive strength of topping grout and concrete fill at the end of 28 days shall be 4000 psi. 2.04 CURING MATERIALS A. Curing materials shall be as indicated in Section 03300 for cement grout and as recommended by the manufacturer of prepackaged grouts. 2.05 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. Dry pack consistency is such that the grout is plastic and moldable but will not flow. Where "dry pack" is called for in the Contract Documents, it shall mean a grout of that consistency; the type of grout to be used shall be as required for the particular application. B. The slump for topping grout and concrete fill shall be adjusted to match placement and finishing conditions but shall not exceed 4 inches. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Grout 03600-4 2.06 MEASUREMENT OF INGREDIENTS A. Measurements for cement grout shall be made accurately by volume using containers. Shovel measurement shall not be allowed. B. Prepackaged grouts shall have ingredients measured by means recommended by the manufacturer. 2.07 MANUFACTURERS Epoxy grout shall be Burk Epoxy Anchoring Grout by the Burke Company, or equal. PART 3-EXECUTION 3.01 GENERAL A. All surface preparation, curing, and protection of cement grout shall be as specified in Section 03300. The finish of the grout surface shall match that of the adjacent concrete. B. The manufacturer of Class A non-shrink grout and epoxy grout shall provide on-site technical assistance upon request. C. Base concrete or masonry must have attained its design strength before grout is placed, unless authorized by the District Representative. 3.02 GROUTING PROCEDURES A. Prepackage Grouts: All mixing, surface preparation, handling, placing, consolidation, curing, and other means of execution for prepackaged grouts shall be done according to the instructions and recommendations of the manufacturer. B. Base Plate Grouting: 1. For base plates, the original concrete shall be blocked out or finished off a sufficient distance below the plate to provide for a one-inch thickness of grout or a thickness as indicated. 2. After the base plate has been set in position at the proper elevation by steel wedges or double nuts on the anchor bolts, the space between the bottom of the plate and the original pour of concrete shall be filled with non-shrink-type grout. The mixture shall be of a trowelable consistency and tamped or rodded solidly into the space between the plate and the base concrete. A backing board or stop shall be provided at the back side of the space to be filled with grout. Where this method of placement is not practical or where required by the District Representative, alternate grouting methods shall be submitted for acceptance. C. Topping Grout: 1. All mechanical, electrical, and finish work shall be completed prior to placement of topping or concrete fill. The base slab shall be given a roughened textured surface by sandblasting or hydroblasting exposing the aggregates to ensure bonding to the base slab. 2. The minimum thickness of grout topping and concrete fill shall be one inch. Where the finished surface of concrete fill is to form an intersecting angle of less than 45 degrees with the concrete surface it is to be placed against, a key shall be formed in the concrete surface No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Grout 03600-5 3. 4. 5. -----·--------·-----·-····--------------~------ at the intersection point. The key shall be a minimum of 3-1/2-inches wide by 1-1/2-inches deep. The base slab shall be thoroughly cleaned and wetted prior to placing topping and fill. No topping concrete shall be placed until the slab is completely free from standing pools or ponds of water. A thin coat ofneat Type V cement grout shall be broomed into the surface of the slab just before topping of fill placement. The topping and fill shall be compacted by rolling or tamping, brought to established grade, and floated. Grouted fill for tank and basin bottoms where scraping mechanisms are to be installed shall be screeded by blades attached to the revolving mechanism of the equipment in accordance with the procedures outlined by the equipment manufacturer after the grout is brought to the established grade. Topping grout placed on sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. The surface shall be tested with a straight edge to detect high and low spots which shall be immediately eliminated. When the topping and fill has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. An approved type of mechanical trowel may be used as an assist in this operation, but the last pass over the surface shall be by hand-troweling. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. 3.03 CONSOLIDATION A. Grout shall be placed in such a manner, for the consistency necessary for each application, so as to assure that the space to be grouted is completely filled. END OF SECTION No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Grout 03600-6 SECTION 05500 MISCELLANEOUS METALS PART 1-GENERAL 1.01 WORK OF THIS SECTION A. The work of this Section includes providing miscellaneous metalwork and appurtenances including the following: Anchor Bolts Bolts Seat Angles, Supports, and Brackets Plank Grating 1.02 RELATED SECTIONS A. The following Sections apply to the work of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this work. Section 03600 Grout Section 09900 Painting and Coatings 1.03 CODES A. The work of this Section shall comply with the current edition of the California Building Code. 1.04 STANDARD SPECIFICATIONS A. Except as otherwise indicated in this Section, the Contractor shall comply with the Standard Specifications for Public Works Construction, latest edition (SSPWC). 1.05 SPECIFICATIONS AND ST AND ARDS A. Except as otherwise indicated, the current editions of the following apply to the work of this Section: AISCMOll ASTMA36 ASTMA 123 ASTMA 153 ASTMA283 ASTMA307 ASTMA320 Manual of Steel Constructions Specification for Structural Steel Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware Specification for Low and Intermediate Tensile Strength carbon Steel Plates, Shapes, and Bars Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Specification for Alloy-Steel Bolting Materials for Low- Temperature Service No. Batiquitos LS Pump Replacement Design Miscellaneous Metals 05500 -1 Contract No. 5517 September 2014 0 -------------------------------------------------------------- ASTMA489 ASTMA 569 ASTMA575 ASTMB221 ANSI/AWS Dl.l Carbon Steel Eye-bolts Specification for Steel, Carbon, (0.15 Maximum Percent) Hot Rolled, Sheet and Strip, Commercial Quality Specification for Steel Bars, Carbon, Merchant Quality, M-Grades Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes and Tubes Structural Welding Code-Steel 1.06 SHOP ORA WINGS AND SAMPLES A. The following shall be submitted in compliance with General Provisions 2-5.3: 1. Shop drawings of miscellaneous metalwork including seat angles, supports, and guides. 2. Shop drawings showing proposed use of adhesive anchors. 1.07 WORKPAYMENT A. Payment for the Work in this Section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto, including all Work and materials specified herein and as may be required to complete this portion of the Work. PART 2 -PRODUCTS 2.01 MISCELLANEOUS METALWORK A. Materials: Except as otherwise indicated, products fabricated of structural steel shapes, plates and bars shall comply with the requirements of ASTM A 36 or ASTM A283. B. Corrosion Protection: Miscellaneous metalwork of fabricated steel shall be coated in accordance with Section 09900. C. Stainless Steel: Stainless steel metalwork and bolts shall be of Type 316 stainless steel. Stainless steel to be welded shall be Type 3 l 6L. D. Welding: Welding shall be by the metal-arc method or gas-shielded arc method as described in the American Welding Society's "Welding Handbook" and supplemented by other standards of the A WS. Qualification of welders shall be in accordance with the A WS Standards. E. In assembly and during welding, the component parts shall be adequately clamped, supported and restrained to minimize distortion and for control of dimensions. Weld reinforcement shall comply with the A WS Code. Upon completion of welding, weld splatter, flux, slag, and burrs left by attachments shall be removed. Welds shall be repaired to produce a workmanlike appearance, with uniform weld contours and dimensions. Sharp comers of material which is to be painted or coated shall be ground to a minimum of 1/32-inch on the flat. F. Galvanizing: Where galvanizing is indicated, structural steel plates shapes, bars and fabricated assemblies shall be thoroughly cleaned of rust and scale and shall be galvanized in accordance with the requirements of ASTM A 123. Any galvanized part that becomes warped during the galvanizing operation shall be straightened. Bolts, anchor bolts, nuts and similar threaded fasteners, after being properly cleaned, shall be galvanized in accordance with the requirements of ASTM A 153. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Miscellaneous Metals 05500 - 2 2.02 ANCHOR BOLTS A. General: Anchor bolts shall comply with the following: B. 1. All anchor bolts and anchoring hardware shall be Type 316 stainless steel unless otherwise shown or specified. Anchor bolts shall be fabricated of materials complying with SSPWC Subsections 206-1.4.1 and 209-2.2 and as follows: Stainless steel bolts, nuts, and washers, ASTM A320, Type 316 2. Anchor bolt holes in equipment support frames shall not exceed the bolt diameters by more than 25 percent, up to a maximum over sizing of 1/4 inch. Unless otherwise indicated, minimum anchor bolt diameter shall be 1/z inch. Anchor bolts for equipment shall be 316 stainless steel and shall be provided with leveling nuts which shall be tightened against flat surfaces to not less than 10 percent of the bolt's safe tensile stress. 3. Tapered washers shall be provided where mating surface is not square with the nut. 4. Expansion, wedge, or adhesive anchors set in holes drilled in the concrete after the concrete is placed is not permitted as substitution for anchor bolts except where otherwise indicated. Upset threads shall not be acceptable. Adhesive Anchors: Unless otherwise indicated, drilled concrete or masonry anchors shall be adhesive anchors. Substitutions will not be considered unless accompanied with ICBO report verifying strength and material equivalency. Except as otherwise indicated, adhesive anchors shall comply with the following: 1. 2. Epoxy adhesive anchors may be provided for drilled anchors where exposed to weather, in submerged, wet, splash, overhead, and corrosive conditions, and for anchoring handrails and reinforcing bars. Threaded rod shall be stainless steel Type 316. Glass capsule, polyester resin adhesive anchors may be permitted in other locations. C. Expanding-Type Anchors: NOT ALLOWED. 2.03 BOLTS A. Bolts shall comply with the following: 1. The nuts shall be capable of developing the full strength of the bolts. Threads shall be Coarse Thread Series conforming to the requirements of the American Standard for Screw Threads. Bolts and cap screws shall have hexagon heads and nuts shall be Heavy Hexagon Series. 2. The length of all bolts shall be such that after joints are made up, each bolt shall extend through the entire nut, but in no case more than 1/z-inch beyond the nut. 3. All bolts and hardware shall be Type 316 stainless steel. B. Unless otherwise indicated, eyebolts shall conform to ASTM A 489. 2.04 MANUFACTURERS A. Products of the type or model (if any) indicated shall be manufactured by one of the following (or equal): 1. Epoxy Adhesive Anchors: Sika/FI System with Sikadur Injection Gel Epoxy Masterbuilders Concresive Epoxy Cartridge Dispensing System and Concresive Paste LPL No. Batiquitos LS Pump Replacement Design Miscellaneous Metals 05500 - 3 Contract No. 5517 September 2014 0 0 --·--·-·----··-··-------·----------·--··-·---------·----·------·----- C ¢·"""' ·- 2. Glass Capsule Polyester Resin Adhesive Anchors: Hilti HV Molly Parabond PART 3 -EXECUTION 3.01 GENERAL A. Fabrication and Erection: Except as otherwise indicated, the fabrication and erection of structural steel shall conform to the requirements of the American Institute of Steel Construction "Manual of Steel Construction." B. General: 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. Grouting of anchor bolts with non-shrink or epoxy grouts, where indicated, shall be in accordance with Section 03600. C. Drilling of bolts or enlargement of holes to correct misalignment will not be allowed. D. Metalwork to be embedded in concrete shall be placed accurately and held in correct position while the concrete is placed or, if indicated, recesses or blackouts shall be formed in the concrete. The surfaces of metalwork in contact with or embedded in concrete shall be thoroughly cleaned. Recesses may be neatly cored in the concrete after it has attained its design strength and the metalwork grouted in place. E. F. 3.02 A. 3.03 A. Holes shall be punched 1/16 inch larger than the nominal size of the bolts, unless otherwise indicated. Whenever needed, because of the thickness of the metal, holes shall be sub-punched and reamed or shall be drilled. Fabrication including cutting, drilling, punching, threading, and tapping required for miscellaneous metal or adjacent work shall be performed prior to hot-dip galvanizing. INSTALLATION OF CAST-IN-PLACE ANCHOR BOLTS After anchor bolts have been embedded, their threads shall be protected by grease and the nuts run on. INSTALLATION OF ADHESIVE ANCHOR BOLTS Installation of adhesive and capsule anchors shall comply with the following: 1. Use shall be limited to applications where exposure to fire or exposure to concrete or rod temperature above 120 degrees F is not indicated. Overhead applications (such as pipe supports) shall not be allowed. 2. Anchor bolts shall be Type 316 stainless steel. 3. Anchor diameter shall comply with equipment supplier specifications. Anchor shall be threaded or deformed full length of embedment and shall be free of rust, scale, grease, and oils. 4. Adhesive capsules of different diameters may be used to obtain proper volume for the embedment, but no more than two capsules per anchor may be used. When installing different diameter capsules in the same hole, the larger diameter capsule shall be installed first. Any extension or protrusion of the capsule from the hole is prohibited. No. Batiquitos LS Pump Replacement Design Miscellaneous Metals 05500 - 4 Contract No. 5517 September 2014 5. Holes shall have rough surfaces, such as can be achieved using a rotary percussion drill. 6. Holes shall be blown clean with compressed air and be free of dust or standing water prior to installation. 7. Anchor shall be left undisturbed and unloaded for full adhesive curing period. 3.04 INSTALLATION OF ADHESIVE ANCHOR BOLTS A. Installation of adhesive and capsule anchors shall comply with the following: 1. Anchor bolts shall be Type 316 stainless steel. 2. Use shall be limited to locations where exposure to acid concentrations higher than 10 percent, to chlorine gas, or to machine or diesel oils, is not indicated. 3. All installation recommendations by the anchor system manufacturer shall be followed carefully, including maximum hole diameter. 4. Concrete temperature (not air temperature) shall be compatible with curing requirements recommended by adhesive manufacturer. Anchors shall not be placed in concrete below 25°F. 5. Contractor shall perform tensile pullout tests on 10% of the anchor bolts following installation. Bolts to be tested shall be identified by the Owner or Engineer. Tensile tests shall be performed at a tensile force recommended by the Engineer. Contractor shall enact all measures required by Engineer to remedy anchor bolts failing tensile testing. 3.05 INSTALLATION OF DRILLED ANCHORS A. Drilled anchors shall be installed in strict accordance with the manufacturer's instructions. Holes shall be roughened with a brush on a power drill, cleaned and dry. Drilled anchors shall not be installed until the concrete has reached the indicated 28-day compressive strength. Adhesive anchors shall not be loaded until the adhesive has reached its indicated strength in accordance with the manufacturer's instructions. END OF SECTION No. Batiquitos LS Pump Replacement Design Miscellaneous Metals 05500 - 5 ContractNo. 5517 September2014 SECTION 06620 PLASTIC LINER (POLYVINYL CHLORIDE) PART 1-GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish and install vinyl plastic liner to repair the existing vinyl plastic liner as shown on the plans and specified herein. The liner shall be continuous and free from any holes, defects or other faults, and all joint welding and sealing shall be as impervious as the liner. All vinyl plastic liner shall be white. B. Unless otherwise noted, all material, methods and testing required for the installation of liners in reinforced concrete pipe, manholes and structures, and the field sealing and welding of joints shall be done in strict conformity with applicable published sections of the Standard Specifications for Public Works Construction, latest edition. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 03100 Concrete Formwork B. Section 09800 Protective Coating C. Section 09810 Epoxy Coating for Sewer Manholes 1.03 REFERENCE SPECIFICATIONS, CODES AND ST AND ARDS A. Comply with the reference specifications of the General Requirements. B. Comply with the current provisions of the following Codes and Standards. 1. Commercial Standards: Test Method for Tensile Properties of Plastics. ASTMD638 ASTMD790 Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. ASTMD412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension 1.04 CONTRACTOR SUBMITT ALS A. Submittals shall be made in accordance -with the General Requirements and Section 01330 (Submittal Procedures). B. The following submittals and specific information shall be provided. 1. Shop Drawings: The CONTRACTOR shall furnish shop drawings of all fabricated items and accessories in accordance with the General Requirements. 2. The CONTRACTOR shall submit to the ENGINEER shop drawings of installation details showing how each structure will be lined. These drawings shall show how returns, No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Plastic Liner 09808-1 comers and joints will be located and constructed. No liner shall be placed until these drawings have been favorably reviewed by the ENGINEER. 1.05 QUALITY ASSURANCE (NOT APPLICABLE) PART 2 -PRODUCTS 2.01 COMPOSITION A. The materials used in all sheets of plastic liner and in all joint, comer and welding strips for the liner shall be a high molecular weight polyvinyl chloride (PVC) resin and other necessary ingredients compounded to make permanently flexible sheets and strips. PVC resin shall constitute not less than 99 percent, by weight, of the resin used in the formulation. Copolymer resins shall not be permitted. B. The material used in joint strips and in plain sheets of plastic liner shall be identical to that used in sheets having locking extensions. C. Changes in formulation shall be permitted only after prior notification of the ENGINEER and satisfactory demonstration to the ENGINEER that the modified plastic liner meets or exceeds all requirements in this Specification. D. Plastic liner shall be impermeable to sewage gases and liquids and shall be nonconducive to bacterial or fungal growth. All lines shall be factory checked electrically to ensure freedom from any porosity. E. The lining shall have good impact resistance, shall be flexible, and shall have an elongation sufficient to bridge a 1/8-inch wide settling crack, which may occur in the pipe structure or joint after installation, without loss of the lining integrity. F. Once cast into the concrete of structures or pipe, the lining shall be permanently and physically attached to the concrete by T-shaped integral locking extensions and shall not rely on an adhesive bond except where specifically indicated. The lining shall withstand a 15 psi back hydrostatic pressure applied to the under surface of the lining without losing anchorage and without rupture or leakage. 2.02 PHYSICAL PROPERTIES A. At any time prior to Final Completion of the Work, including during manufacture, the ENGINEER may sample any sheet or strip. Samples shall be subject to the following tests: B. Tensile specimens shall be prepared in accordance with ASTM D 412, Test 1. Method B. These shall be cut from sheets, joint strips and flat welding strips. 2. Weight change specimens shall be 1-by 3-inches and of specified sheet thickness. 3. Test specimens shall be conditioned to a constant weight at 110 F before and after submersion in the following solutions for a period of 112 days at 77°F ±5°. At 28-day intervals, tensile specimens and weight change specimens shall be removed from each of the chemical solutions and tested. CHEMICAL SOLUTION No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 CONCENTRATION Plastic Liner 09808-2 0 0 Sulphuric Acid Sodium Hydroxide Ammonium Hydroxide Sodium Hypochlorite Nitric Acid Ferric Chloride Soap 20% 5% 5% 1% 1% 1% 0.1% Detergent (Linear Alkyl Benzyl Sulfonate or Gas) 0.1% Bacteriological mg/1 BOD not less than 700 *Volumetric percentages of concentrated C.P. grade reagents. 4. All plastic liner sheets, joint, comer and welding strips shall have the following physical properties when tested at 77° F ±5°: Property Tensile Strength Elongation at break Initial 2200 psi min. 200%min. After 112 days exposure in above listed chemical solutions** 2100 psi min. 200%min. Indentation hardness (Shore +5 with respect to initial test durometer, Tyde D) Inst. 50-60 result Weight change + 1.5% **If any specimen fails to meet the 112-day requirements before completion of the 112-day exposure, the material shall be subject to rejection. 5. Liner locking extension embedded in concrete shall withstand a test pull of at least 100 pounds per linear inch, applied perpendicularly to the concrete surface for a period of one minute, without rupture of the locking extensions or withdrawal from embedment. This test shall be made at 75°F ±5°. 6. All plastic liner sheets, including locking extensions, all joint, comer and welding strips shall be free of cracks, cleavages, or defects adversely affecting the protective characteristics of the material. The ENGINEER may authorize the repair of such defects by approved methods. 7. Specimens shall meet the requirements listed under "PHYSICAL PROPERTIES", set forth above. C. Thickness of Material. 1. Liner to be bonded to concrete by means of integral locking extensions embedded in the concrete shall have a minimum thickness of 0.065-inch. Liner to be bonded to concrete or steel surfaces by means of adhesive shall have a minimum thickness of 0.094-inch. Welding strips shall have a minimum thickness of 0.094-inch and a maximum thickness of 0.156-inch. Joint strips shall have a minimum thickness of 0.075-inch. D. Sheet and Strip Size. 1. Sheets of liner shall be as large as practicable to adequately fit the intended use. 2. Large sheets shall be formed in the shop by lapping basic size sheets a minimum of 0.50- inch and fusing the sheets together in such a manner as to produce a continuous welded joint. Specimens taken from shop welded joints shall show no cracks or separation and No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Plastic Liner 09808-3 shall be tested in tension after flexing. Each specimen shall withstand a minimum load of 132 pounds per linear inch of weld, or the product of 2000 psi times the minimum thickness in inches of the material adjoining the weld, whichever is greater. The thickness shall be taken within a 2-inch gage length. 3. Tears, cracks, wrinkles or separation in the laps shall be cause for rejection. 4. Joint strips shall be 4 ±0.25-inches wide and shall have each edge beveled prior to application. 5. Welding strips shall be 1 ±0.15-inch wide. All welding and outside corner strips shall have edges beveled at time of manufacture. E. Locking Extensions. 1. All liner cast into concrete shall have integral locking extensions embedded in the concrete. Liner may be bonded to concrete surfaces with an adhesive if specifically shown on the Plans. Locking extensions shall be of the same material as the liner plate and shall be integral with the sheets for liner plate. Locking extensions shall have an approved cross section with a minimum height of 0.375-inch and a minimum web thickness of 0.085-inch. They shall be approximately 2-1/2 inches apart and shall be made so that when the extensions are embedded in concrete, the liner will be held permanently in place. 2. Locking extensions shall be parallel and shall be continuous except where omitted for joints and transverse weep channels. F. Weep Channels: 1. At 8-foot maximum intervals along liner longitudinally, a gap not less than 2 inches (3- 1/2 inches in the case of extruded sheets) nor more than 4 inches wide shall be left in all locking extensions for liners of cast-in-place structures to provide an unobstructed transverse weep channel. Any area .behind liner that is not properly served by regular weep channels shall have additional weep channels 2-inches wide provided by cutting away locking extensions. Provisions shall be made to permit water behind the liner of concrete manhole shafts to drain into the weep channels of the lined structure. Weep channels shall be cut into the extruded sheet so that a maximum of 1/32-inch of the base locking extension is left on the sheet. 2. At transverse joints in cast-in-place structures, a gap of not less than 2 inches nor greater than 4 inches shall be left in all locking extensions to provide a transverse weep channel. If locking extensions are removed to provide a weep channel at joints, the base of the extension left on a sheet shall not exceed 1/32-inch. 3. A transverse weep channel shall be provided approximately 12 inches from each liner return where surfaces lined with plastic liner join surfaces that are not so lined. 4. As part of the work of installing the liner, all outlets of transverse weep channels shall be cleared of obstructions that would interfere with their proper function. G. Flaps: 1. When transverse liner flaps are required, they shall be fabricated so that a maximum of 1/32-inch in height of the locking extension is left on the sheet. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Plastic Liner 09808-4 0 0 2.03 ADHESIVES AND CLEANERS A. Adhesives, solvents and activators proposed for use for application to plain sheet shall be submitted to the ENGINEER for approval. Adhesives used on the liner shall be limited to those products approved by the ENGINEER. No adhesive shall be applied to liner or to any of the liner strips, which will deleteriously affect the liner, or strip in any way. The use of most adhesives and solvents is subject to record-keeping rules of the SCAQMD as described in Section 09800, and Section 09810. B. Adhesive products and flammable solvents shall not be used for any purpose in connection with plastic liner with locking extensions. C. Cleaning agents for use with plastic liner with locking extensions shall be water soluble or dispersible, nonflammable, and not detrimental to the plastic liner. PART 3 -EXECUTION 3.01 GENERAL A. The installation of all plastic liner shall be completed in accordance with the Manufactures recommendations and Contract Documents. B. Liner shall be applied and secured to the·forms and inspected and approved by the ENGINEER prior to the placement of reinforcing steel. C. Special terminations shall be required at sluice and slide gate frames, manholes, pipe sleeves, and at other such locations in existing structures to receive PVC liner. The CONTRACTOR shall submit drawings showing details of how terminations not shown on the Contract Documents are to be made. Methods of making terminations shall be subject to the ENGINEER'S approval. Approved bonding agents may be used to seal edges where PVC liner joins metal items cast in concrete. All surfaces to be bonded shall be cleaned. Mixing and application of approved bonding agents shall be in accordance with the manufacturer's instructions. 3.02 QUALIFICATION OF INSTALLERS A. Applicators: The application of plastic liner to forms and other surfaces shall be considered as highly specialized work. Personnel performing this type of work shall be trained in methods of installation and shall demonstrate their ability to the ENGINEER. B. Welders: Each welder shall prequalify by successfully passing a welding test before doing any welding. Requalification may be required at any time deemed necessary by the ENGINEER. All test welds shall be made in the presence of the CITY'S representative and shall consist of the following: 1. Two pieces of liner, at least 15 inches long and 9 inches wide, shall be lapped 1-1 /2 inches and held in a vertical position. 2. A welding strip shall be positioned over the edge of the lap and welded to both pieces of liner. Each end of the welding strip shall extend at least 2 inches beyond the liner to provide tabs. 3. The weld specimen shall be submitted to the ENGINEER and shall be tested as follows: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Plastic Liner 09808-5 a. Each welding strip tab, tested separately, shall be subjected to a 10-pound pull normal to the face of the liner with the liner being held firmly in place. There shall be no separation between the welding strip and liner when the welding tabs are submitted to the test pulls. b. Three test specimens shall be cut from the welded sample and tested in tension across the welds. If none of the specimens fail when tested as specified herein, the weld will be considered as satisfactory in tension. c. If one of the specimens fails to pass the tension test, a retest will be permitted. The retest shall consist of testing three additional specimens cut from the original welded sample. If all three of the retest specimens pass the test, the weld shall be considered satisfactory. d. A disqualified welder may submit a new welding sample when, in the opinion of the ENGINEER, there has been sufficient off-the-job training or experience to warrant re-examination. 3.03 PLACING PLASTIC LINER (NOT APPLICABLE) 3.04 CONCRETE OPERA TIO NS (NOT APPLICABLE) 3.05 FIELD JOINING OF LINER A. General: 1. No coating of any kind shall be applied over any joint, comer or welding strip, except where nonskid coating is applied to liner surfaces. 2. Adhesive shall not be applied to the surfaces of cement mortar in pipe joints, or to the surfaces of liner or joint strips opposite said mortar and concrete surfaces. 3. Transverse joints are those perpendicular to the locking extensions. B. Field Joints in Cast-in-Place Structures: 1. Field joints in liner on cast-in-place structures shall be one of the following types: a. Type C-1. A Type C-1 joint shall be made in the same manner as a Type P-1 joint is made. The width of the space between adjacent sheets of liner in a Type C-1 joint shall not exceed 2 inches. This type of joint is the only type permitted collateral with contraction joints in concrete. Its only other use is for joints between pipes and cast-in-place structures. b. Type C-2. A Type C-2 joint shall be made by overlapping sheets not less than 1- 1/2 inches and securing the overlap to the adjacent liner by means of a welding strip. The upstream sheet shall overlap the downstream sheet. The length of that part of the overlapping sheet not having locking extensions shall not exceed 4 inches. c. A welding strip shall be applied to the back of the joint. This type of joint may be used at any transverse liner joint other than those collateral with contraction joints in concrete and shall be used for liner joints made at longitudinal joints in concrete. d. Type C-3. A Type C-3 joint shall be made by putting sheets of liner together and applying a welding strip over the back of the joint before concrete is placed, and applying a welding strip over the front of the joint after concrete is placed. A No. Batiquitos LS Pump Replacement Design Plastic Liner 09808-6 Contract No. 5517 September 2014 2. Type C-3 joint shall not be permitted at a transverse joint that extends to a lower terminal edge of liner or at any joint where the gap between adjoining sheets of liner exceed 1/8-inch. Installation of Welding Strips: a. Welding strips shall be fusion welded to joint strips and liner by qualified welders using only approved methods and techniques. The welding operation of any joint shall be continuous until that joint has been completed. b. At the lower terminal edges of liner, each transverse welding strip shall be extended at least 2 inches to provide a tab for testing the weld as described in the subsection 3.11 B. (Field Testing) of this specification. C. Joint Reinforcement: 1. A 12-inch long welding strip shall be applied as a reinforcement across each joint in liner that extends to the lower terminal edge of liner on each side of a pipe or structure. These reinforcement strips shall be centered over the joint being reinforced, shall be located as close to the lower edge of liner as practicable, and shall be welded in place after the transverse welding strips have been tested and the test tabs removed. 3.06 APPLICATION OF PLASTIC LINER WITH ADHESIVES A. Concrete Surfaces: 1. The concrete surface shall be etched by sandblasting to develop a slightly granular surface. Permits for the equipment and allowable methods from the SCAQMD shall be posted on or near sandblasting equipment as required. When permitted by the ENGINEER, the concrete surface may be acid etched in lieu of being sandblasted. 2. After the sandblasting, the concrete surface shall be thoroughly cleaned of dust. Surfaces etched with acid shall be thoroughly dried before applying primer. 3. The concrete surface shall then receive two brush coats of an approved primer. Coverage shall not exceed 250 square feet per gallon for each coat of primer. The first coat of primer shall be thinned with an equal amount of approved thinner. The first primer coat shall be permitted to dry for at least 2 hours before the application of the second primer coat. The second coat of primer shall be applied unthinned and permitted to dry for at least 4 hours. 4. The concrete surface and the back surface of the liner shall each be given two coats of an approved adhesive. Two hours drying time shall be allowed between applications of these coats. Coverage shall not exceed 250 square feet per gallon for each coat of adhesive. 5. One coat of an approved activator shall be applied to both the adhesive coat on the liner and the adhesive coated concrete. Application of activator shall be limited to the extent that the application of coated liner can be completed within a 20-minute period. The activator shall be applied evenly by brushing. Coverage of the activator shall not exceed 500 square feet per gallon. 6. When the surface of the adhesive is barely tacky to the touch, the liner shall be positioned with one edge firmly pressed down. The liner shall then be rolled into place, care being taken to avoid the formation of air pockets. All joints shall be tight fitting butt joints. The surface of the liner shall be rubbed vigorously to secure the liner firmly in place. 7. Comer and welding strips shall be positioned over all joints and welded in place. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Plastic Liner 09808-7 3.07 NON-SKID SURF ACES A. All surfaces of liner shown on the Plans to be nonskid shall be treated as follows: 1. After all comer and welding strips have been installed, the surface of the liner shall be cleaned, dried, and sprayed with an adhesive coating recommended by the manufacturer of the liner. 2. The surface shall then be liberally sprinkled with clean, dry, well-graded sand, all of which will pass through a No. 30 sieve but be retained on a No. 70 sieve. 3. After the sanded surface has thoroughly dried, all excess sand shall be brushed away and a seal coat of the adhesive coating shall be sprayed over the sand in sufficient quantity to coat and bond the sand to the liner. 4. The coated sand surface shall be allowed to dry thoroughly before any walking is permitted thereon. 3.08 APPLICATION OF PLASTIC LINER BY MECHANICAL MEANS. A. Where mechanical application is indicated on the Plans and only where indicated, plastic liner shall be furnished and installed in accordance with the notes and details shown thereon. The plastic liner shall be of the same composition as stated in Section 2.1, 3/32-inch thick and manufactured without locking extensions for all lined surfaces. Plastic liner plain sheet shall be attached to the structure by Molly Drive-Nail anchors (1/2-x 1-1/2-inch) No. 6520 or equal, as shown on the Plans. Stainless steel strap bands (1/2-x 1/8-inch) with 1/i-x 3-inch tap-ins on 12- inch centers shall be used, as shown on the Plans. All areas shall be spark-tested by the CONTRACTOR in the presence of the ENGINEER and all holes patched by the CONTRACTOR to the satisfaction of the ENGINEER. 3.09 APPLICATION OF PLASTIC LINER TO STEEL SURFACES (NOT APPLICABLE) 3.10 PROTECTION AND REPAIR OF LINER A. All necessary measures and precautions shall be taken to prevent damage to liner from equipment and materials used in, or taken through, the work. Any damage to installed liner shall be repaired by the CONTRACTOR in accordance with the requirements set forth herein for the repair of liner. B. All nail and tie holes and all cut, tom, and seriously abraded areas in the liner shall be patched. Patches made entirely with welding strip shall be fused to the liner over the entire patch. The use of this method is limited to patches that can be made with a single welding strip. The use of parallel, overlapping or adjoining welding strips shall not be permitted. Larger patches may consist of smooth liner over the damaged area with edges covered with welding strips fused to the patch and to the liner adjoining the damaged area. The size of a single patch of the latter type shall be limited only as to its width, which shall not exceed 4 inches. C. Wherever liner is not properly anchored to concrete, or wherever patches larger than those permitted above are necessary, the repair of liner and the restoration of anchorage shall be as directed by the ENGINEER. 3.11 TESTING A. Shop Testing: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Plastic Liner 09808-8 0 1. All liner shall be shop tested for holes, using an approved spark detector operating at a minimum of 10,000 volts. Sheets having holes shall be satisfactorily repaired in the shop and retested prior to shipping the sheets to the project site or the pipe manufacturing plant. Repairs shall be made only by welders prequalified as provided herein. 2. All sheets to be used in reinforced concrete pipe shall be tested at the pipe manufacturer's plant as well as in the field. B. Field Testing: 1. The surface of liner shall be cleaned to permit visual inspection and spark testing. All welds shall be physically tested with a nondestructive probing method. All liner, when installed, shall be tested by the CONTRACTOR in the presence of the ENGINEER, using a spark-type detector. All areas of liner failing to meet the field test shall be properly repaired and retested. 2. The CONTRACTOR shall furnish a high-voltage detector for testing. The detector shall be set at 10,000 volts and a ground wire from instrument ground output terminal attached to the conductive substrate to ensure a positive electrical contact. When testing concrete surfaces, the ground wire shall be attached to the rebars. If they are not visible, the ground wire shall be placed directly against the bare concrete surface and weighted with a damp cloth or paper sand-filled bag. 3. Periodically during the test, the exploring electrode should contact the conductive substrate to verify that the instrument is properly grounded. The exploring electrode should move over the surface of the dry liner at a rate of approximately 1 ft/sec (0.3 m/sec) using a single pass. Moisture on the coating surface may cause erroneous indications. If moisture exists, remove or allow the surface to dry before conducting the test. 4. Discontinuities that require repair shall be identified with a marker that is compatible with the repair coating or one that is easily removed. 5. All repairs to the liner shall be retested by the CONTRACTOR in the presence of the ENGINEER. 6. Any spark testing of liner by the CONTRACTOR for the CONTRACTOR'S own purpose shall be done with a detector approved by the ENGINEER. 7. Holiday testing shall be made following these procedures. 8. Each welding strip that extends to a lower edge of the liner shall be tested. The welding strips shall extend below the liner providing a tab. A 10-pound pull shall be applied normal to the face of the pipe or structure by means of a spring balance. Liner adjoining the welding strip shall be held against the concrete during application of the force. The 10-pound pull shall be maintained if a weld failure develops, until no further separation occurs. Defective welds shall be retested after repairs have been made. Tabs shall be trimmed away neatly by the liner installer after the welding strip has passed inspection. The CONTRACTOR shall provide all equipment required to test liner in the manner recommended by the manufacturer and as described above. The CONTRACTOR shall also provide personnel qualified to perform the testing. Testing shall be performed in the presence of the ENGINEER. END OF SECTION No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Plastic Liner 09808-9 SECTION 09800 PAINTING AND COATING SYSTEMS PART I -GENERAL 1.01 DESCRIPTION A. Scope: 1. The Contractor shall furnish all labor, materials, equipment and incidentals required to provide painting as shown and specified herein. 2. The extent of painting work shall be as shown on the Drawings and as specified herein. 3. The work includes the painting and finishing of all interior and exterior items and surfaces throughout the Project except as otherwise shown or specified. Surface preparation, priming and number of coats of paint specified are in addition to shop priming and surface treatment specified under other sections of the work. 4. 5. The term "paint" as used herein means all coating systems materials, which includes pretreatments, primers, emulsions, epoxies, enamels, varnish, stain, sealers and fillers, and other applied materials whether used as prime, intermediate or finish coats. The Contractor shall paint all exposed surfaces whether or not colors are designated in any schedule, except where the natural finish of the material is specifically noted as a surface not to be painted. The term "exposed" as used herein means all items not covered with concrete, plaster, fireproofing or similar material. Where items or surfaces are not specifically mentioned, the contractor shall paint these the same as adjacent similar materials or areas. 6. Structural and miscellaneous metals covered with concrete, plaster, or similar material shall only receive a primer compatible with the covering material. 7. Pipe markers shall be in conformance with City requirements and to Section 15051, at no additional cost to Owner, whether or not such requirements are shown on the drawings. Direction regarding this matter shall be provided by the City Representative. 8. Shop drawings and samples shall be submitted for review at least 30-days prior to any painting or coating application. B. Coordination: 1. The Contractor shall review installation procedures under other Sections and coordinate the installation of items that must be field painted in this Section. 2. The Contractor shall coordinate the painting of areas that will be inaccessible once equipment has been installed. 3. The Contractor shall provide finish coats that are compatible with the prime paints used. Contractor shall review other Sections of these Specifications in which prime paints are to be provided to ensure compatibility of the total coatings system for the various substrates. Contractor shall be responsible for the compatibility of all shop primed and field painted items in this Contract. The Contractor shall furnish information on the characteristics of the finish materials proposed for use, to ensure that compatible prime coats are used. No. Batiquitos LS Pump Replacement Design Painting and Coating Systems 09800 - 1 Contract No. 5517 September 2014 0 0 C. Barrier coats shall be provided over incompatible primers or primers shall be removed and re-primed as required. The City Representative shall be notified in writing of anticipated problems using the coating systems as specified with substrates primed by others. Such notification shall be included with the equipment submittals. The following categories of work are not part of the field-applied finish work: l. Shop Priming: Unless otherwise specified, shop priming of structural metal, miscellaneous metal fabrications, other metal items and such fabricated components as shop-fabricated or factory-built heating and ventilating, and electrical equipment or accessories shall conform to applicable requirements of Section 09800. Contractor shall meet the requirements of other appropriate Sections of this Specification. 2. Pre-Finished Items: Unless otherwise shown or specified, painting shall not be included when factory finishing such as baked-on enamel, porcelain, polyvinylidene fluoride or other similar finish is specified for such items including, but not limited to, acoustic materials, finished mechanical and electrical equipment such as light fixtures and distribution cabinets. Contractor shall be required to touch up factory finished items with paint supplied by the item manufacturer. Contractor shall field paint damaged pre-finished items as directed by the City Representative. Where a factory finished coating is applied to an item which is not specified to receive a factory finish coat, acceptance of the factory finish coat shall be at the discretion of the City Representative. The color shall be noted with the equipment submittals. 3. Concealed Surfaces: a. Unless otherwise shown or specified, painting is not required on nonmetallic wall or ceiling surfaces concealed from view areas and in generally inaccessible areas, such as furred areas, pipe spaces, duct shafts and elevator shafts, as applicable to this project. b. All piping, equipment, and other such items within these areas that are not galvanized or coated with another corrosion resistant coating as specified shall be painted according to this Specification. 4. Concrete floors covered with tile, concrete topping or similar products and exposed concrete floors and exterior walkways/slabs shall not be painted. 5. Finished Metal Surfaces: Metal surfaces of stainless steel, chromium plate, and similar finished materials will not require finish painting, unless shown or specified. 6. Operating Parts and Labels: a. Moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sinkages, sensing devices, motor and fan shafts do not require finish painting unless otherwise specified. b. The Contractor shall not paint over any code-required labels, such as UL and Factory Mutual, or any equipment identification, performance rating, name, or nomenclature plates. c. All paint, coating or splatter inadvertently placed on these surfaces shall be removed. 1.02 QUALITY ASSURANCE A. Manufacturer: Products manufactured by one of the following shall be provided: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800 - 2 1. Carboline Company, Incorporated. 2. Tnemec Company, Incorporated. 3. ICI DeVoe Coatings, Incorporated 4. Ellis Paint Company B. Applicator Qualifications: 1. The name and experience record of the painting applicator shall be supplied. A list ofutility or industrial installations painted, responsible officials, architects, or engineers concerned with the project and the approximate contract price shall be included. Applicator shall have a minimum of ten utilities or industrial installation of a similar size or larger, all in Southern California within the last five years. 2. Painting applicators whose submissions indicate that they have not had the experience required to perform the Work will not be approved. C. All paint and coating products for a specified coating system shall be supplied by the same manufacturer unless otherwise approved. The Coating Manufacturer shall be the primary source of information for all coating supplied. D. Reference Standards: Applicable provisions and recommendations of the following shall be complied with, except where otherwise shown or specified: 1. ANSI A 13 .1, Scheme for the Identification of Piping Systems. 2. Great Lakes -Upper Mississippi River Board of State Sanitary Engineers (Ten States Standards), Recommended Standards for Waste Treatment Works -Latest Edition, Recommended Color Scheme for Piping. 3. OSHA 1910.144 Safety Color Code for Marking Physical Hazards. 4. SSPC Volume 2, Systems and Specification, Surface Preparation Guide and Paint Application Specifications. 5. ANSI/ A WW AC 105 Polyethylene Encasement for Ductile Iron Piping for Water and Other Liquids. 6. Published standards of The National Association of Corrosion Engineers. 7. All paints to be applied in the field shall conform to VOC requirements of regulations of the State of California. Reference SCAQMD regulations, Rule 1113. Architectural Coatings. VOC limits for Industrial Maintenance coatings are set at 100 grams/liter. 1.03 SUBMITTALS The information to be submitted by the Contractor shall include, but not be limited to, the following items: A. Shop Drawings: The following shall be submitted for approval: 1. Copies of manufacturer's technical information, including paint label analysis and application instructions for each material proposed for use. 2. Each material shall be listed and cross-referenced to the specific paint and finish system and application, and shall be identified by the manufacturer's catalog number and general classification. 3. Copies of the manufacturer's complete color charts for each coating system. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800-3 0 0 4. Certifications from manufacturers shall be provided, verifying that the factory applied prime coats are compatible with specified finish coatings. 5. Pipe Markers: Copies of manufacturer's technical brochure, including color chart. Pipe Markers shall conform to City requirements and to Specification Section 15051. 6. Maintenance Manual: Upon completion of the Work, copies of a detailed maintenance manual including the following information shall be furnished: a. Product name and number. b. Name, address and telephone number of manufacturer and local distributor. c. Detailed procedures for routine maintenance and cleaning. d. Detailed procedures for light repairs such as dents, scratches and staining. B. The Contractor shall submit to the City Representative an itemized schedule of the surfaces to be painted. After approval of submittals and prior to beginning work, the City Representative will note on the schedule the selected color to be furnished. C. All systems specified herein have undergone substantial research by the Engineer and are deemed appropriate for this Work. If the Contractor proposes a coating system other than those specified herein, the manufacturer shall submit reference documentation for a minimum of five (5) similar installations, which have been in service for more than five (5) years in the United States of America. Reference documentation shall include installation location/details, installation date, current owner contact information, and contractor/applicator contact information. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: All materials shall be delivered to the job site in original, new and unopened packages and containers bearing the manufacturer's name and label, and the following information. 1. Name or title of material. 2. Manufacturer's stock number and date of manufacture. 3. Manufacturer's name. 4. Contents by volume, for major pigment and vehicle constituents. 5. Thinning instructions where recommended. 6. Application instructions. 7. Color name and number. B. Storage of Materials: 1. Only acceptable project materials shall be stored on project site. 2. The Contractor shall store coating products in a suitable location approved by the City Representative. Area shall be kept clean and accessible. 3. Storage shall be restricted to paint materials and related equipment. 4. Health and fire regulations shall be complied with, including the Occupational Safety and Health Act of 1970. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Painting and Coating Systems 09800 -4 5. Coatings and pamtmg materials shall be stored according to manufacturer's recommendations including, but not limited to, product shelflife and recommended storage temperature. 1.05 JOB CONDITIONS A. Existing Conditions: B. 1. Before painting is started in any area, it shall be broom cleaned and excessive dust shall be removed. 2. After painting operations begin in a given area, broom cleaning will not be allowed; cleaning shall then be done only with commercial vacuum cleaning equipment. 3. The Contractor shall adequately protect all existing structures from new painting splatters and overspray. The Contractor shall thoroughly clean all accidental spills, splatters, and overspray. Any damage stains to finishes, equipment, or concrete shall be restored to original condition to the Engineer's and the City Representative's satisfaction. Environmental Requirements: 1. Water-base paints shall be applied only when the temperature of surfaces to be painted and the surrounding air temperatures are between 55 °F and 90 °F unless otherwise permitted by the paint manufacturer's printed instructions. 2. Other paints shall be applied only when the temperature of the surfaces to be painted and the surrounding air temperatures are between 65 °F and 95 °F, unless otherwise permitted by the paint manufacturer's printed instructions. 3. Paint shall not be applied in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or to damp or wet surfaces unless specifically permitted by the manufacturer's printed instructions. 4. Painting may be continued during inclement weather only if the areas and surfaces to be painted are enclosed and heated within the temperature limits specified by the paint manufacturer during application and drying periods, and there is no danger of condensation on the surfaces being painted. 5. Adequate illumination and ventilation shall be provided in all areas where painting operations are in progress. 6. Final piping markers shall be installed only after all painting and finish Work has been completed to the City Representative's satisfaction. C. Protection: Finished Work of other trades and surfaces not being painted concurrently or not to be painted shall be covered or otherwise protected. PART 2 -PRODUCTS 2.01 MATERIAL QUALITY A. The best grade of the various types of coating suitable for use in waste water treatment plants, water treatment plants, pumping stations and resource recovery plants as regularly manufactured by acceptable paint material manufacturers shall be provided. Material not displaying the manufacturer's identification as a standard, best-grade product will not be acceptable. No. Batiquitos LS Pump Replacement Design Painting and Coating Systems 09800-5 Contract No. 5517 September 2014 0 0 B. -----·----------··-· Primers produced by the same manufacturer as the finish coats shall be provided. Use only thinners recommended by the paint manufacturer, and use only to recommended limits. The City Representative's approval shall be obtained prior to thinning any material. C. Paints and pipe markers of durable and washable quality shall be provided. Materials that will withstand normal washing as required for removing grease, oil, chemicals, etc., without showing discoloration, loss of gloss, staining, or other damage shall be used. D. The Contractor shall only use coating materials suitable for the intended use and recommended by the manufacturer for the intended service. 2.02 SUBSTITUTIONS A. No substitutions shall be allowed that decrease the film thickness, the number of coats, the surface preparation or the generic type of coating specified. Approved manufacturers must furnish the same color selection as the manufacturers specified, including accent color in all coating systems. 2.03 COLORS AND FINISHES A. Surface treatments, and finishes, are shown under "Painting Systems" below. All substrates scheduled under "Painting Systems" shall be painted whether or not shown on the Drawings, or in Schedules, unless an item is specifically scheduled as not requiring the painting system scheduled below. B. Color Selection: Consult with Owner for color selection. C. Schedule Submittal: The Contractor shall submit to the City Representative an itemized schedule of the surfaces to be painted. After approval of submittals and prior to beginning work, the City Representative will note on the schedule the selected color to be furnished. D. Color Coding: In general, all color coding of piping, ducts and equipment shall comply with applicable standards of ANSI Al3.1 and OSHA 1910.144. E. Piping Color Code: To be selected by the City Representative. F. Sample Colors: Representative color shall be used when preparing samples for the City Representative's review. Final acceptance of colors will be from samples applied on the job. G. Color Pigments: Pure, non-fading, applicable types to suit the substrates and service indicated. 1. Lead: Lead content shall not exceed amount permitted by federal, state and local government laws and regulations. 2. Paints specified for application on submerged concrete or metal in contact with potable water shall be approved by the California State Department of Health Services. H. All painting systems specified are based on brush application. Other mechanical techniques shall be submitted to the Engineer for approval before these application techniques may be reflected in any paint schedules submitted by the Contractor. Submit proof of acceptability, of technique proposed, by the paint manufacturer selected. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800 - 6 2.04 PAINTING SYSTEMS A. System "A": Ferrous Metals including Structural Steel, Miscellaneous Metals and Ferrous Piping (e.g. steel or ductile iron): Interior Exposure (i.e. inside a building or vault), Non-Immersed in Sewage, including exposed piping: B. 1. Shop Surface Preparation: SSPC-SP 6 Commercial Blast as specified in Paragraph 3 .02. 2. Field Surface Preparation: Sandblasting of field welds and other imperfections. City Representative may require all areas to be blasted at his discretion, SSPC-SP 6, commercial blast as specified in Paragraph 3.02. 3. Surface Preparation per Manufacturer: If proper installation of the coating system requires a more stringent surface preparation than is specified herein, comply with manufacturer's requirements at no additional cost to Owner. 4. Product and Manufacturer: One of the following shall be provided: a. Carboline Company: (1) Primer: Carboguard 890 VOC--l coat, 3.0 to 5.0 dry mils. (2) Field Touchup: Carboguard 890 VOC-- l coat, 3.0 to 5.0 dry mils. (3) Intermediate: Carboguard 890 VOC-l coat 4.0 to 6.0 dry mils. (4) Finish: Carboguard 890 voe --1 coat, 4.0 to 6.0 dry mils. b. Tnemec Company: (I) Primer: Series V69, Epoxoline II-l coat, 3.0 to 5.0 dry mils. (2) Field Touchup: Series V69, Epoxoline II -1 coat, 3.0 to 5.0 dry mils. (3) Intermediate: Series V69, Epoxoline II -1 coat, 4.0 to 6.0 dry mils. (4) Finish: Series V69, Epoxoline II --1 coat, 4.0 to 6.0 dry mils. c. ICI Paint--DeVoe: (1) Primer: Bar-Rust 235V -1 coat, 4.0 to 6.0 dry mils; or (2) Primer (Shop Coated): Devran 201H -1 coat, 4.0 to 6.0 dry mils (3) Field Touchup: Bar-Rust 235V -1 coat, 4.0 to 6.0 dry mils. (4) Intermediate: Bar-Rust 235V -1 coat, 4.0 to 6.0 dry mils. (5) Finish: Bar-Rust 235V -1 coat, 4.0 to 6.0 dry mils. d. Ellis Paint Company: (1) Primer: Maximus 5183 Epoxy Primer-1 coat, 4.0 to 6.0 dry mils. (2) Field Touchup: Maximus 5183 Epoxy Primer -1 coat, 4.0 to 6.0 dry mils. (3) Intermediate: Maximus 5100 Epoxy Coating-1 coat, 4.0 to 6.0 dry mils. ( 4) Finish: Maximus 5100 Epoxy Topcoat -l coat, 4.0 to 6.0 dry mils. 5. This system shall be used for all exposed interior ferrous metal and walls as shown or scheduled, including, but not limited to, interior exposed ductile iron pipe. Exposed ductile iron pipe, interior and exterior, shall be shipped to the site without the standard asphaltic coating, but with a primer coat suitable for use with this coating system. System "B": Ferrous Metals, Exterior Exposure ( outdoors; with or without overhead cover): (Non- immersed in sewage), including exposed ferrous piping (e.g. steel or ductile iron): 1. Shop Surface Preparation: SSPC-SP 6 Commercial Blast as specified in Paragraph 3.02. No. Batiquitos LS Pump Replacement Design Painting and Coating Systems 09800 -7 Contract No. 5517 September 2014 0 0 2. Field Surface Preparation: Sandblasting of field welds and other imperfections. City Representative may require all areas to be blasted at his discretion, SSPC-SP 6, commercial blast as specified in Paragraph 3.02. 3. Surface Preparation per Manufacturer: If proper installation of the coating system requires a more stringent surface preparation than is specified herein, comply with manufacturer's requirements at no additional cost to Owner. 4. Products and Manufacturer: One of the following shall be provided: a. Carboline Company: (1) Primer: Carboguard 890 voe --1 coat, 3.0 to 5.0 dry mils. (2) Field Touchup: Carboguard 890 VOC --1 coat, 3.0 to 5.0 dry mils. (3) Intermediate: Carboguard 890 VOC--1 coat, 4.0 to 6.0 dry mils. ( 4) Finish: Carbothane 134 MC --1 coat, 3.0 to 5.0 dry mils. b. Tnemec Company: (1) Primer: Series V69, Epoxoline II --1 coat, 3.0 to 5.0 dry mils. (2) Field Touchup: Series L69, Epoxoline II -1 coat, 3.0 to 5.0 dry mils. (3) Intermediate: Series L69, Epoxoline II --1 coat, 4.0 to 6.0 dry mils. (4) Finish: Series 740, Endura-Shield--1 coat, 3.0 to 5.0 dry mils. c. ICI Paint--DeVoe: (1) Primer: Bar-Rust 235V-1 coat, 4.0 to 6.0 dry mils; or (2) Primer (Shop Coated): Devran 201H - 1 coat, 4.0 to 6.0 dry mils (3) Field Touchup: Bar-Rust 235V-1 coat, 4.0 to 6.0 dry mils. (4) Intermediate: Bar-Rust 235V-1 coat, 4.0 to 6.0 dry mils. (5) Finish: Devthane 379H Polyurethane -1 coat, 3.0 dry mils (minimum). d. Ellis Paint Company: (1) Primer: Maximus 5183 Epoxy Primer-1 coat, 4.0 to 6.0 dry mils. (2) Field Touchup: Maximus 5100 Series Epoxy Coating - 1 coat, 4.0 to 6.0 dry mils. (3) Intermediate: Maximus 5100 Epoxy Coating -1 coat, 4.0 to 6.0 dry mils. (4) Finish: Maximus 5500 Polyurethane Topcoat-2 coats, 1.5 to 2.0 dry mils per coat. 5. This system shall be used for all exposed exterior ferrous metal and walls as shown or scheduled, including, but not limited to, exterior exposed ductile iron pipe. Exposed ductile iron pipe, interior and exterior, shall be shipped to the site without the standard asphaltic coating, ~ut with a primer coat suitable for use with this coating system. C. System "C": Galvanized Metal and Non-Ferrous Metal, Non-Immersed (in sewage): 1. Surface Preparation: Solvent Cleaning, SSPC-SP 1 followed by brush-off blast cleaning per SSPC-SP 7 as specified in Paragraphs 3.02. If proper installation of the coating system requires a more stringent surface preparation than is specified herein, comply with manufacturer's requirements at no additional cost to Owner. 2. Product and Manufacturer: One of the following shall be provided: a. Carboline Company: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800 - 8 (I) Primer: Rust-Bond --I coat, 4.0 to 6.0 dry mils. (2) Intermediate: Carboguard 890 VOC--1 coat, 4.0 to 6.0 dry mils. (3) Finish: Carbothane 134 MC --I coat, 3.0 to 5.0 dry mils. b. Tnemec Company: (1) Primer: Series 135 Chembuild --I coat, 4.0 to 6.0 dry mils. (2) Intermediate: Series 135 Chembuild-I coat, 3.0 to 5.0 dry mils. (3) Finish: Series 750 Endura-Shield --I coat, 3.0 to 5.0 dry mils. c. ICI Paint--DeVoe: (1) Primer: Devran 203 WB Epoxy-1 coat, 3.0 to 4.0 dry mils; or (2) Intermediate: Devran 224HS Epoxy-1 coat, 4.0 to 6.0 dry mils (3) Finish: Devthane 379H - I coat, 3.0 dry mils (minimum). d. Ellis Paint Company: ( 1) Primer: Maximus 5183 Epoxy Primer - 1 coat, 4.0 to 6.0 dry mils. (2) Intermediate: Maximus 5100 Epoxy Coating - 1 coat, 4.0 to 6.0 dry mils. (3) Finish: Maximus 5500 Polyurethane Topcoat-1 coat, 2.0 to 3.0 dry mils D. System "D": Ferrous Metals, Including Pipe, Immersed (subject to continuous or intermittent immersion in sewage): 1. Surface Preparation: Steel: SSPC-SP 10 Near-White Blast Cleaning as specified in Paragraph 3.02. Ductile Iron: NAPF 500-03-04 Abrasive Blast Cleaning for Ductile Iron Pipe. If proper installation of the coating system requires a more stringent surface preparation than is specified herein, comply with manufacturer's requirements at no additional cost to Owner. 2. Product and Manufacturer: One of the following shall be provided: a. Carboline Company: (1) Complete System: Phenoline 341 --1 coat, 20.0 to 30.0 dry mils. b. Tnemec Company: (1) Complete System: Series 435 Penna-Glaze-1 coat, 20.0 to 30.0 dry mils. c. ICI Paint--DeVoe: (1) Complete System: Devmat 101 -1 coat, 20.0 to 30.0 dry mils 3. Immersed or intermittently immersed ferrous metal ( e.g. ductile iron pipe) shall be shipped to the site without any asphaltic coatings but with a primer coat suitable for use with this coating system. E. System "E"(option): Ferrous Metals, Including Pipe, Immersed (subject to continuous or intermittent immersion in sewage and H2S gas): 1. Surface Preparation: Steel: SSPC-SP 10 Near-White Blast Cleaning as specified in Paragraph 3.02. Ductile Iron: NAPF 500-03-04 Abrasive Blast Cleaning for Ductile Iron Pipe. If proper installation of the coating system requires a more stringent surface preparation than is specified herein, comply with manufacturer's requirements at no additional cost to Owner. 2. Product and Manufacturer: One of the following shall be provided: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800-9 0 a. Tnemec Company: (1) Complete System: Series 446 Perma-ShieldMCU-2 coats, 8.0 to 10.0 dry mils per coat. Total 16.0 to 20.0 mils DFT F. System "F": All Aluminwn in Contact with Dissimilar Materials: 1. Surface Preparation: Remove all foreign matter. If proper installation of the coating system requires a more stringent surface preparation than is specified herein, comply with manufacturer's requirements at no additional cost to Owner. 2. Product and Manufacturer: One of the following shall be provided: a. Carboline Company: (1) Primer: Rust-Bond--1 coat, 3.0 to 5.0 dry mils. (2) Finish: Carboguard 890 VOC --1 coat, 3.0 to 5.0 dry mils. b. Tnemec Company: (1) Primer: Series L69, Epoxoline II --1 coat, 3.0 to 5.0 dry mils. (2) Finish: L69, Epoxoline II --1 coat, 3.0 to 5.0 dry mils c. ICI Paint--DeVoe: (1) Primer: Devran 203 - 1 coat, 3.0 to 5.0 dry mils per coat; or (2) Finish: Devran 224HS-1 coat, 3.0 to 5.0 dry mils. d. Ellis Paint Company: (1) Primer: Low VOC Etching Primer (2) Intermediate Coat: Maximus 5100Epoxy Coating - 1 coat, 3.0 to 5.0 dry mils. (3) Finish: Maximus 5100 Epoxy Coating-1 coat, 3.0 to 5.0 dry mils. G. System "G": Ferrous Metals, Buried (Other than ductile iron pipe which is protected per Specification Section 15061 ): 1. Surface Preparation: SSPC-SP 10, Near White Blast, as specified in Paragraph 3.02. If proper installation of the coating system requires a more stringent surface preparation than is specified herein, comply with manufacturer's requirements at no additional cost to Owner. 2. Product and Manufacturer: One of the following shall be provided: a. Carboline Company: (1) Primer: Carboguard 890 voe --1 coat, 3.0 to 5.0 dry mils. (2) Field Touchup: Carboguard 890 VOC --l coat, 3.0 to 5.0 dry mils. (3) Finish: Carboguard 890 VOC --2 coats, 8.0 to 10.0 dry mils per coat. b. Tnemec Company: (1) Shop Primer: Series V69, Epoxoline II --1 coat, 3.0 to 5.0 dry mils. (2) Field Touchup: Series L69, Epoxoline II - 1 coat, 3.0 to 5.0 dry mils. (3) Finish: 104 HS Epoxy --2 coats, 8.0 to 10.0 dry mils per coat. c. ICI Paint--DeVoe: (1) (2) Primer: Bar-Rust 223H Low VOC - 1 coat, 4.0 to 6.0 dry mils; or Primer (Shop Coated): Devran 201H - 1 coat, 4.0 to 6.0 dry mils No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800 -10 (3) Field Touchup: Bar-Rust 233H Low VOC -1 coat, 4.0 to 6.0 dry mils. ( 4) Finish: Devtar SA-HS -2 coats, 8.0 to 10.0 dry mils per coat. d. Ellis Paint Company: (1) Primer: Maximus Epoxy Primer-1 coat, 4.0 to 6.0 dry mils. (2) Field Touchup: Maximus Epoxy Primer -1 coat, 4.0 to 6.0 dry mils. (3) Intermediate: Maximus Epoxy Primer -2 coats, 4.0 to 6.0 dry mils per coat. ( 4) Finish: Maximus Epoxy Coating-3 coats, 4.0 to 6.0 dry mils per coat. H. System "H": Exterior of Buried Ferrous Valves: Contractor shall apply one of the following types of coating systems to buried valves: 1. 30 mils (minimum) of an approved liquid epoxy coating system. Note: This coating would be applied on top of the manufacturer's standard exterior coating. If there is incompatibility between the two paint systems, do not implement this coating option. 2. A heat-shrink tape system conforming to AW WA C216. 3. A co id-applied petrolatum wax tape system conforming to A WW A C21 7 ( see Specification Section 09902). Valves shall be shipped from the factory with manufacturer's standard exterior coating if that coating is compatible with the selected top coat. If that standard coating is not compatible with the selected top coat, then it shall be shipped with a compatible primer. All field cuts and damages to the coating shall be repaired in conformance with recommendations of the coating system manufacturer. All foreign matter shall be removed by wire brush or sandpaper prior to the application of the selected coating system. I. System "I": Exterior of Above-Grade Valves: Coat metal valves located above ground or in vaults and structures, the same as the adjacent piping. If the adjacent piping is not coated, then coat valves per applicable requirements of Section 09800 for the exposure condition. Apply the specified prime coat at the place of manufacture. Apply intermediate and finish coats in the field. Finish coat shall match the color of the adjacent piping. Coat handwheels and floor stands the same as the valves. Valves shall be shipped from the factory with manufacturer's standard exterior coating if that coating is compatible with the selected top coat. If that standard coating is not compatible with the selected top coat, then it shall be shipped with a compatible primer. J. System "J": Concrete, Immersed or Intermittently Immersed (Waste Water): 1. Shall be prepared and coated per specification 09810 Epoxy Coating for Wastewater Structures. PART 3 -EXECUTION 3.01 INSPECTION A. The Contractor and his applicator shall examine the areas and conditions under which painting work is to be performed and notify the City Representative in writing of conditions detrimental to No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800-11 C B. C. 3.02 A. the proper and timely completion of the Work. The Contractor shall not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the City Representative. The Contractor shall not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to the formation of a durable paint film. Records: The Contractor shall maintain an accurate written record of the coatings used each day. A copy of this record shall be furnished to the City Representative at the close of each working day. This record shall list: coating manufacturer's product number, amount of each coating in gallons used in the day, component ratio of mixed paints and any approved thinning procedures, and amount of excess mixed paint left over at the end of each day. SURFACE PREPARATION General: 1. All preparation and cleaning procedures shall be performed as specified herein and in strict accordance with the paint manufacturer's instructions for each particular substrate and atmospheric condition. 2. 3. All hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in place and not to be finish painted shall be removed or provided surface applied protection prior to surface preparation and painting operations. The Contractor shall remove, if necessary, for the complete painting of the items and adjacent surfaces. Following completion of painting of each space or area, the removed items shall be reinstalled by workpersons skilled in the trades involved. Surfaces to be painted shall be cleaned before applying paint or surface treatments. Oil and grease shall be removed with clean cloths and cleaning solvents prior to mechanical cleaning. The cleaning and painting shall be programmed so that dust and other contaminants from the cleaning process will not fall in wet, newly painted surfaces. 4. All surfaces which were not shop painted or which were improperly shop painted, and all abraded or rusted shop painted surfaces, which are to be painted, as determined by the City Representative, shall be prepared as specified below. B. Galvanized Surfaces: 1. The Contractor shall clean free of oil and surface contaminants with solvent or other methods recommended by the coating manufacturer, complying with SSPC-SP 1. 2. Submerged or intermittently submerged galvanized ferrous metal, interior and exterior, shall be cleaned of all oil, grease, dirt, mill scale and other foreign matter by a brush-off blast cleaning complying with SSPC-SP 7 with one mil profile minimum. C. Ferrous Metals: 1. Non-Immersed ferrous surfaces, including structural steel and miscellaneous metal to be shop primed, shall be cleaned of all oil, grease, dirt, mill scale and other foreign matter by commercial blast cleaning complying with SSPC-SP 6. 2. Immersed ferrous surfaces, including structural steel and miscellaneous metal to be shop primed, shall be cleaned of all oil, grease, dirt, mill scale and other foreign matter by near- white blasting complying with SSPC-SP 10. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800-12 3. Buried ferrous metals shall first be cleaned of visible deposits of oil, grease, and other organic contaminates by using a solvent wash complying with SSPC SP!, followed by near-white blasting complying with SSPC SPIO. The temperature of the substrate shall be 5 degrees F above the dew point temperature. 4. Non-Immersed, ferrous surfaces that have not been shop-coated shall be cleaned of all oil, grease, dirt, loose mill scale and other foreign substances by commercial blasting, complying with SSPC-SP 6. 5. Immersed ferrous surfaces that have not been shop-coated or that, in the opinion of the City Representative, have been improperly shop-coated, shall be cleaned of all oil, grease, dirt, mill scale and other foreign matter by near-white blasting complying with SSPC-SP 10. 6. Bare and blasted or pickled clean metal shall be treated with metal treatment wash coat, prior to priming only if recommended by the paint manufacturer. 7. Shop applied prime coats which have damaged or bare areas shall be touched-up with primer recommended by the coating manufacturer after commercial blasting complying with SSPC-SP 6. 3.03 MATERIALS PREPARATION A. General: 1. Painting materials shall be mixed and prepared in strict accordance with the manufacturer's written directions. 2. Coating materials produced by different manufacturers shall not be mixed, unless otherwise permitted by the manufacturer's instructions. 3. Materials not in actual use shall be stored in tightly covered containers. Containers used in storage, mixing, and application of paint shall be maintained in a clean condition, free of foreign materials and residue. 4. All materials shall be stirred before application to produce a mixture of uniform density, and as required during the application of the materials. Any film that may form on the surface shall not be stirred into the material. The film shall be removed and, if necessary, the material shall be strained before using. B. Tinting: Each undercoat shall be tinted a lighter shade to facilitate identification of each coat where multiple coats of the same material are to be applied. Undercoats shall be tinted to match the color of the finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. A code number shall be provided to identify material tinted by the manufacturer. C. Mixing: 1. The Contractor shall mix only in mixing pails placed in a suitably sized non-ferrous or oxide resistant metal pans to protect concrete floor from splashes or spills which could stain exposed concrete or react with subsequent finish floor material. Contractor shall thoroughly clean all accidental spills and any damage to finish or concrete shall be restored to original condition to the City Representative's satisfaction. 2. Paint shall be mixed and applied only in containers bearing accurate product name of material being mixed or applied. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800 -13 C 3.04 APPLICATION A. General: 1. Paint shall be applied by brush. Other mechanical application techniques such as roller, air spray, or airless spray in accordance with the manufacturer's directions and recommendations of Paint Application Specifications No. 1 in SSPC Vol. 2, where applicable, shall be used only as approved by the City Representative. Brushes best suited for the type of material being applied shall be used. Where approved by the City Representative, rollers of carpet, velvet back, or high pile sheep's wool shall be used, as recommended by the paint manufacturer for material and texture required. 2. The number of coats and paint film thickness required is the same regardless of the application method. Succeeding coats shall not be applied until the previous coat has completely dried per the Manufacturer's recommendation. 3. Additional coats shall be applied when undercoats, stains, or other conditions show through the final coat of paint, until the paint film is of uniform finish, color and appearance. This is of particular importance regarding intense primary accent colors. The Contractor shall insure that all surfaces, including edges, comers, crevices, welds, and exposed fasteners receive a film thickness equivalent to that of flat surfaces. 4. Surfaces not exposed to view do not require color coding but require the same coating systems specified for exposed surfaces. "Exposed to view surfaces" is defined as those areas visible when permanent or built-in fixture, convector covers, covers for finned tube radiation, grilles, etc., are in place in areas scheduled to be painted. 5. The backs of access panels and removable or hinged covers shall be painted to match the exposed surfaces. 6. Exterior doors on tops, bottoms, and side edges shall be finished the same as the exterior faces. 7. Aluminum parts in contact with dissimilar materials shall be painted as specified with appropriate finish. B. Heating, Ventilating, Air Conditioning and Electrical Work: 1. Heating, ventilating, and air conditioning items to be painted include, but are not limited to, the following: a. Piping, pipe hangers, and supports. b. Ductwork and insulation. c. Motors, mechanical equipment, and supports. d. Accessory items 2. Electrical items to be painted include, but are not limited to, the following: a. Conduit and fittings. b. Switchgear, panels, junction boxes, motor control centers, motors and accessories. C. Minimum Coating Thickness: The Contractor shall apply each material at not less than the manufacturer's recommended spreading rate, and provide total dry film thickness as specified. Extra coats shall be applied if required to obtain specified total dry film thickness. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800 -14 D. Scheduling Painting: 1. The first-coat material shall be applied to surfaces that have been cleaned, pretreated or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. 2. Sufficient time between successive coatings shall be allowed to permit proper drying. The Contractor shall not recoat until paint has dried to where it feels fmn, does not deform or feel sticky under moderate thumb pressure, and the application of another coat of paint does not cause lifting of loss of adhesion of the undercoat. E. Prime Coats: Primed and sealed walls and ceilings shall be recoated where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no bum-through or other defects caused by insufficient sealing. F. Pigmented (Opaque) Finished: The Contractor shall completely cover to provide an opaque, smooth surface of uniform finish, color, appearance, and coverage. G. Brush Application: 1. All brush coats shall be brushed-out and worked onto the surfaces in an even film. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable. All glass and color break lines shall be neatly drawn. 2. All primer or first coats shall be brush applied, unless otherwise permitted to use mechanical applicators. H. Mechanical Applicators: 1. Mechanical methods shall be used for paint application when permitted by governing ordinances, paint manufacturer, and approved by the City Representative. If permitted, it shall be limited to only those surfaces impracticable for brush applications. 2. Roller applications, if approved by the City Representative, shall be limited to interior wall and ceiling fmishes for second and third coats. Each roller coat shall be applied to provide the equivalent hiding as brush-applied coats. 3. Spray application shall be confmed to metal framework, siding, decking, wire mesh and similar surfaces where hand brush work would be inferior and to other surfaces specifically recommended by the paint manufacturer. 4. Wherever spray application is used, each coat shall be applied to provide the equivalent hiding of brush-applied coats. Do not double back with spray equipment for the purpose of building up film thickness of 2 coats in one pass. I. Completed Work: The Contractor shall match approved samples for color, texture and coverage. Work not in compliance with specified requirements shall be removed, refmished or repainted, as required by the City Representative. J. Piping Markers: Piping markers shall be applied in accordance with the manufacturer's written instructions at locations specified in Section 15051, General Piping Stipulations. 3.05 FIELD QUALITY CONTROL A. The right is reserved by the City Representative to invoke the following material testing procedure at any time, and any number of times during the period of field painting: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800 -15 0 I. 2. 3. Engage the service of an independent testing laboratory to sample any of the paint being used. Samples of materials delivered to the project site will be taken, identified and sealed, and certified in the presence of the Contractor. The testing laboratory will perform appropriate tests for any or all of the following characteristics: Abrasion resistance, apparent reflectivity, flexibility, washability, absorption, accelerated weathering, dry opacity, accelerated yellowness, recoating, skinning, color retention, alkali resistance and quantative material analysis. If the test results show that the material being used does not comply with the specified requirements, the Contractor may be directed to stop the painting Work, and remove the non-complying paint; pay for testing; repaint surfaces coated with the rejected paint; remove rejected paint from previously painted surfaces if, upon repainting with the specified paint, the two coatings are non-compatible. B. Prior to initial coat and after completion of each successive coat of paint, the Contractor shall notify the City Representative. After inspection, checking of film thickness and approval by the City Representative, proceed with the succeeding coat. The Contractor shall supply the City Representative for his use a Gardner dry-film thickness gage. 3.06 PROTECTION A. Work of other trades shall be protected, whether to be painted or not, against damage by the painting and finishing work. All such work shall be left undamaged. All damage shall be corrected by cleaning, repairing or replacing, and repainting, as acceptable to the City Representative. B. "Wet Paint" signs shall be provided as required to protect newly painted finishes. All temporary protective wrapping provided for protection of this Contract shall be removed after completion of painting operations. 3.07 CLEAN-UP A. During the progress of the Work, all discarded paint materials, rubbish, cans and rags shall be removed from the site at the end of each work day. B. Upon completion of painting work, all paint-spattered surfaces shall be cleaned. Spattered paint shall be removed by proper methods of washing and scraping, using care not to scratch or otherwise damage finished surfaces. C. At the completion of work of other trades, all damaged or defaced painted surfaces shall be touched- up and restored, as determined by the City Representative. 3.08 PAINTING AND COATING SCHEDULE A. General: Contactor shall provide coating systems indicated below as specified. This schedule is not intended to be exhaustive, but to provide general requirements for painting and coating work. Contractor is responsible for take-offs, quantities, and all requirements shown on the drawings, and specified herein. SYSTEM ITEMS NOTES A Ductile Iron Piping, Valves and Fittings, Pumping Equipment and Supports, and Bridge Crane Members. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Painting and Coating Systems 09800-16 B Not Used. 1, 2 C Not Used. D Not Used. 1, 2 E Not Used F Not Used G Not Used H Not Used Notes: 1. See Section 15061 for interior lining requirements for Ductile Iron Pipe. 2. Furnish Ductile Iron Pipe without standard asp ha/tic coating; Provide factory primer compatible with.finish paint system. B. Stainless Steel: 1. Do not coat stainless steel, unless explicitly indicated otherwise. Protect stainless steel members, hardware, etc. from painting work. Remove any overspray or spills on stainless steel surfaces. No. Batiquitos LS Pump Replacement Design Contract No. 5517 END OF SECTION September 2014 Painting and Coating Systems 09800 -17 0 SECTION 09810 EPOXY COATING FOR WASTEWATER STRUCTURES PART 1 -GENERAL 1.01 THE REQUIREMENT A. This specification covers work, materials and equipment required for protecting and/or rehabilitating concrete and masonry manholes and other underground vaults by monolithic spray- application of a high-build, solvent-free epoxy coating to eliminate infiltration, provide corrosion protection, repair voids and enhance structural integrity. Procedures for surface preparation, cleaning, application and testing are described herein. 1.02 REFERENCES A. ASTM D638 -Tensile Properties of Plastics. 1. ASTM D790 -Flexural Properties of Unreinforced and Reinforced Plastics. 2. ASTM D695 -Compressive Properties of Rigid Plastics. 3. ASTM D4541 -Pull-off Strength of Coatings Using a Portable Adhesion Tester. 4. ASTM D2584 -Volatile Matter Content. 5. ASTM D2240 -Durometer Hardness, Type D. 6. ASTM D543 -Resistance of Plastics to Chemical Reagents. 7. ASTM Cl09 -Compressive Strength Hydraulic Cement Mortars. 8. ACI 506.2-77 -Specifications for Materials, Proportioning, and Application of Shotcrete. 9. ASTM C579 -Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. 10. ASTM -The published standards of the American Society for Testing and Materials, West Conshohocken, PA. 11. NACE -The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX. 12. SSPC -The published standards of the Society of Protective Coatings, Pittsburgh, PA. 13. Los Angeles County Sanitation District-Evaluation of Protective Coatings for Concrete. 14. SSPWC 210-2.3.3 -Chemical resistance testing published in the Standard Specifications for Public Works Construction, 1997 edition (otherwise known as "The Greenbook"). 1.03 SUBMITT ALS A. The following items shall be submitted in accordance with the General Requirements and Section 01330 (Submittal Procedures): 1. Submit the following for Grout, Cementitious Reconstruction, Patching Materials, Chimney Seals, Epoxy Coating: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Epoxy Coatings for Wastewater Structures 09810-1 2. a. Material type and manufacturer to be used, including catalog data showing manufacturer's clarifications and updates, ASTM references, material composition, specifications, physical properties, and chemical resistance, manufacturer's recommended mix, additives and set time. b. Manufacturer's detailed description of recommended procedures for handling and storing material to include use of strip recorder to monitor temperature at storage location. c. Manufacturer's detailed description of processes to execute the use of material including equipment required. d. Shipping Manifest With: (1) Date shipped (2) Origination and delivery locations (3) Shipping method and carrier (4) Shipping order number (5) Purchase order number (6) Shipped item (7) Stock number (8) Lot number (9) Shipping, storage, or safety requirements, including MSDS documents (10) Received date and by ( 11) Signature of receiver Applicator Qualifications: a. Current letter of Manufacturer's certification dated within thirty (30) days of bid date, that Applicator has been trained and approved in the handling, mixing and application of the products to be used (provide with bid proposal). b. Current letter of Manufacturer's Certification dated within thirty (30) days of bid date, that the equipment to be used for applying the products has been manufactured or approved by the protective coating manufacturer and Applicator personnel have been trained and certified for proper use of the equipment. c. Five (5) recent references of Applicator (projects similar size and scope) indicating successful application of a high-build solvent-free epoxy coating by plural component spray application (provide with bid proposal). d. Proof of any necessary federal, state or local permits or licenses necessary for the project. e. The Contractor must hold a valid Class A State Contractor's License and have a minimum of one prior successful project of comparable size and complexity. The Contractor shall provide the name, address and telephone number of the Owner, the completion date and the location of the reference project. 3. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. 4. Manufacturer's representative contact information. 5. Letter from epoxy manufacturer acknowledging all repair materials used in the rehabilitation are compatible with the epoxy coating. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Epoxy Coatings for Wastewater Structures 09810-2 0 6. Wastewater bypass or flow diversions plan. 7. Emergency plan detailing procedures to be followed in the event of a sewer overflow, blockage or service backup. Maintain an approved copy at the work site throughout the duration of the project. 8. For each access hole rehabilitated a complete and accurate record of work completed shall be kept. Report shall include: identifying access hole number, location, quantities of rehabilitation material used, estimate of infiltration eliminated, and results of post rehabilitation inspection along with all field test reports. A final report shall be provided at the conclusion of the rehabilitation. 1.04 QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the protective coating manufacturer's recommendations. B. A NACE Certified Coating Inspector shall be provided by Owner. The Inspector will observe surface preparation, application and material handling procedures to ensure adherence to the specifications. C. Manufacturer/supplier shall provide an authorized representative for purposes of monitoring the initial application. D. Packaging: The Contractor shall store all products to be used in their original, unopened packaging displaying the manufacturer's name, labels, product identification and batch numbers as applicable. Damaged material must be removed from the site immediately. 1.05 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. Protective coating materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. C. Protective coating materials are to be handled according to their material safety data sheets. D. Material damaged and deemed unrepairable will be rejected, removed from project site, and replaced at Engineer's direction. 1.06 SITE CONDITIONS A. Applicator shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. B. Method statements and design procedures are to be provided by Owner when confined space entry, flow diversion or bypass is necessary in order for Applicator to perform the specified work. 1.07 WARRANTY A. Applicator shall warrant all work against defects in materials and workmanship for a period of one (I) year, unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Epoxy Coatings for Wastewater Structures 09810-3 workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. PART 2 -PRODUCTS 2.01 EXISTING PRODUCTS A. Cementitious patching and repair materials should not be used unless their manufacturer provides information as to its suitability and procedures for topcoating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. B. Remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 2.02 MANUFACTURER A. RLS, Inc., Tulsa, Oklahoma 800-324-2810 or 918-615-0020 or FAX 918-615-0140. B. Corrosion resistant epoxy shall have achieved a total score of "3" or "4" in the "Evaluation of Protective Coatings for Concrete" testing program provided through County Sanitation Districts of Los Angeles County California. In each of the specific categories of "Acid Resistance" and "Concrete Bond", the approved product will have received a score of" 1 ". 2.03 REPAIR MATERIALS A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the engineer and protective coating applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. B. The following products may be accepted and approved as compatible repair basecoat materials for epoxy topcoating for use within the specifications: 1. 100% solids, solvent-free epoxy grout specifically formulated for epoxy topcoating compatibility. The epoxy grout manufacturer shall provide instructions for trowel or spray application and for epoxy topcoating procedures. 2. Factory blended, rapid setting, high early strength, non-shrink repair mortar that can be trowelled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy topcoating. Such repair mortars should not be used unless their manufacturer provides information as to its suitability for topcoating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. 3. Hydraulic water plugs shall be Sauereisen, lnsatplug F-180; IPA Systems, Inc. Ocotplug; or approved equal. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Epoxy Coatings for Wastewater Structures 09810-4 2.04 PROTECTIVE COATING MATERIALS A. Raven Lining Systems' 405 epoxy coating system -a 100% solids, solvent-free two-component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications. Product type Amine cured epoxy Color Li!!ht Blue Solids Content (vol%) 100 Mix Ratio 3:1 Compressive Strength, psi 18,000 Tensile Strength, psi 7,600 Tensile Elongation, % 1.50 Flexural Modulus, psi 600,000 Hardness, Type D 88 Bond Strength -Concrete >Tensile Strength of Concrete Chemical Resistance: Severe Municipal Sewer: All types of service Successful Pass: Sanitation District of L.A. County Coating Evaluation Study or SSPWC 211-2 2.05 PROTECTIVE COATING APPLICATION EQUIPMENT A. Manufacturer approved heated plural component spray equipment shall be used in the application of the specified protective coating. 2.06 REPAIR MORTAR SPRAY APPLICATION EQUIPMENT (IF SPRAY APPLIED) A. Spray applied repair mortars shall be applied with manufacturer approved equipment. 2.07 FRAME AND COVER (NOT APPLICABLE) 2.08 REPAIR MORTAR SPRAY APPLICATION EQUIPMENT (IF SPRAY APPLIED) A. Spray applied repair mortars shall be applied with manufacturer approved equipment. PART 3-EXECUTION 3.01 EXISTING PRODUCTS Remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 3.02 ACCEPTABLE APPLICATORS A. Repair mortar applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. No. Batiquitos LS Pump Replacement Design Contract No. 5 517 September 2014 Epoxy Coatings for Wastewater Structures 09810-5 B. Protective coating must be applied by a Certified Applicator of the protective coating manufacturer and according to manufacturer specifications. 3.03 EXAMINATION A. All structures to be coated shall be readily accessible to Applicator. B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. C. The channel of the manhole shall be coated during low flow conditions by bypassing sewerage to assure the coating is installed below the average daily flow depth of the channel. Hot air may be used to accelerate the cure time. D. Installation of the protective coating shall not commence until the concrete substrate has properly cured in accordance with these specifications. E. Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. Where varying surface temperatures do exist, care should be taken to apply the coating when the temperature is falling versus rising (i.e. late afternoon into evening vs. morning into afternoon). 3.04 SURF ACE PREPARATION A. Applicator shall inspect all surfaces specified to receive a protective coating prior to surface preparation. Applicator shall notify Owner of any noticeable disparity in the surfaces which may interfere with the proper preparation or application of the repair mortar and protective coating. B. All contaminants including: oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. C. All concrete or mortar that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. D. Remove all ladder steps from the structure, grinding flush with structure surface. All remaining exposed metals shall be rust protected according SSPC specifications for these conditions. E. Surface preparation method(s) should be based upon the conditions of the substrate, service environment and the requirements of the epoxy protective coating to be applied. F. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. Generally, this can be achieved with a high pressure water cleaning using equipment capable of 5,000 psi at 4 gpm. Other methods such as high pressure water jetting (refer to NACE Standard No. 5/SSPC-SP12), abrasive blasting, shotblasting, grinding, scarifying or acid etching may also be used. Detergent water cleaning and hot water blasting may be necessary to remove oils, grease or other hydrocarbon residues from the concrete. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged. G. Infiltration shall be stopped by using a material which is compatible with the specified repair mortar and is suitable for topcoating with the specified epoxy protective coating. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Epoxy Coatings for Wastewater Structures 09810-6 0 H. The area between the manhole and the manhole ring and any other area that might exhibit movement or cracking due to expansion and contraction, shall be grouted with a flexible grout or gel. I. All surfaces should be inspected by the Inspector during and after preparation and before the repair material is applied. J. All debris removed during the preparation process and installation of the rehabilitation system shall be removed from the site and disposed of in compliance with governing agency requirements. No debris shall be released or allowed to enter the sewer system. 3.05 APPLICATION OF REPAIR MATERIALS A. Areas where structural steel has been exposed or removed shall be repaired in accordance with the Project Engineer's recommendations. B. Repair materials shall meet the specifications herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Project Engineer according to Owner's requirements and manufacturer's recommendations. C. If using approved cementitious repair materials, such shall be trowelled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the protective coating. No bugholes or honeycomb surfaces should remain after the final trowel procedure of the repair mortar. D. The repair materials shall be permitted to cure according to manufacturer recommendations. Curing compounds should not be used unless approved for compatibility with the specified protective coating. E. Application of the repair materials, if not performed by the coating certified applicator, should be inspected by the protective coating certified applicator to ensure proper finishing for suitability to receive the specified coating. F. After abrasive blast and leak repair is performed, all surfaces shall be inspected for remaining laitance prior to protective coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shotblast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair mortar and prior to application of the epoxy coating. G. Interior of access hole structure shall be returned to the approximate original interior dimensions with the installation of repair mortar. H. All surfaces shall be inspected during and after preparation and before the protective coating is applied. 3.06 APPLICATION OF COATING A. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. No. Batiquitos LS Pump Replacement Design Epoxy Coatings for Wastewater Structures 09810-7 Contract No. 5517 September 2014 B. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. C. The protective coating material must be spray applied by a current Certified Applicator of the protective coating manufacturer. D. Specified surfaces shall be coated by spray application of a moisture tolerant, solvent-free, 100% solids, epoxy protective coating as further described herein. Spray application shall be to a minimum wet film thickness of 100 mils and an average wet film thicknesses of 125 mils. E. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. Air assisted spray application equipment may be acceptable, especially for thinner coats (<10 mils), only if the air source is filtered to completely remove all oil and water. F. If necessary, subsequent topcoating or additional coats of the protective coating should occur as soon as the basecoat becomes tack free, ideally within 12 hours but no later than the recoat window for the specified products. Additional surface preparation procedures will be required if this recoat window is exceeded. G. Fiberglass woven-roving fabric may be rolled into the resin or chopped glass spray applied with the resin for added tensile and flexural strength where desired. Sloped surfaces of the floor may be made non-skid by broadcasting aluminum oxide or silica sand into the surface prior to gelation. H. Depending on flow levels and how long flow can be stopped, inverts may be lined with an approved 100% solids, fast setting epoxy coating material. 3.07 TESTING AND INSPECTION A. General. All inspection shall be done by the Contractor in the presence of and under the direction of the Engineer. Inspection procedures described as follows shall be consider as incidental to this contract and no additional payment will be made for the inspection procedures and subsequent repairs resulting from destructive tests. B. The City may acquire the services of the 3rd party inspector (Special Inspector). The cost of the Special Inspector shall be paid by the City under a separate agreement. The Contractor shall provide safe access required by the Special Inspector or Engineer including all equipment and support necessary for confined space entry in compliance with all governing safety requirements. C. Mill Gauge Test. During application a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 -Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used to ensure a monolithic coating and uniform thickness during application. D. High Voltage Spark Test. After the protective coating has set hard to the touch it shall be inspected with high-voltage holiday detection equipment. Surface shall first be dried, an induced holiday shall then be made on to the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RP0188-99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional protective coating No. Batiquitos LS Pump Replacement Design Epoxy Coatings for Wastewater Structures 09810-8 Contract No. 5517 September 2014 0 E. F. 3.08 3.09 A. B. C. D. E. F. material can be hand applied to the repair area. All touch-up/repair procedures shall follow the protective coating manufacturer's recommendations. Adhesion Testing. The adhesion tests shall be performed on each of the rehabilitated structures at locations directed by the Engineer. Adhesion testing shall be conducted after the liner system has cured per manufacturer instruction and in accordance with ASTM D4541 as modified herein. A minimum of one 20 mm dolly shall be affixed to the lined surface of the structure at the upper section or cone area, mid section and at the bottom, unless otherwise specified in the Special Provisions. Each testing location shall be identified by the Engineer. The adhesive used to attach the dollies to the liner shall be rapid setting with tensile strength in excess of the liner material and permitted to cure in accordance with manufacturer recommendations. The lining material and dollies shall be adequately prepared to receive the adhesive. Prior to pull test, the Contractor shall utilize a scoring device to cut through the coating until the substrate is reached. Extreme care shall be required while scoring to prevent micro cracking in the coating, since cracks may cause failures at diminished strengths. Failure due to improper dolly adhesive or scoring shall require retesting. The pull tests in each area shall meet or exceed 200 psi. and shall include subbase adhered to the back of the dolly or no visual signs of coating material in the test hole. Pull tests with results between a minimum 150 psi and 200 psi shall be acceptable if more than 50% of the subsurface is adhered to the back of the dolly. A test result can be discarded, as determined by the Engineer, if there is a valid non statistical reason for discarding the test results as directed by Sections 8.4 and 8.5 of ASTM D4541. If any test fails, a minimum of three additional locations in the section of the failure shall be tested, as directed by the Engineer. If any of the retests fail all loosely adhered or unadhered liner in the failed area, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. A final visual inspection shall be made by the Inspector and manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Applicator. FRAME AND COVER INSTALLATION (NOT APPLICABLE) WARRANTY INSPECTIONS Visual inspection to determine integrity of rehabilitation materials and water tightness will be conducted prior to the expiration of the guarantee period. Contractor to accompany, Manufacturer Representative and Engineer on inspections. Adhesions Test 25 percent of access holes rehabilitated at locations selected by the Engineer. If any access holes fail inspection, inspect all access holes in contract with Engineer. Contractor shall repair all rehabilitation failures to the satisfaction of the coating manufacturer and Engineer. Each structure shall be spark tested and visually inspected. Contractor shall schedule and implement warranty inspection with City Engineer no earlier than 1 O months prior to and but prior to 1 year of service from the Contract's Notice of Completion date. END OF SECTION No. Batiquitos LS Pump Replacement Design Epoxy Coatings for Wastewater Structures 09810-9 Contract No. 5517 September 2014 SECTION 11001 GENERAL EQUIPMENT PROVISIONS PART I-GENERAL 1.01 DESCRIPTION A. These General Equipment Provisions apply, in general, to all equipment furnished under this contract including equipment specified in other sections. The Contractor shall be responsible for ensuring that all sub-contractors and suppliers or venders have reviewed all requirements of equipment furnished and installed under Division l l. The General Equipment Provisions shall supplement the Detailed Equipment Specifications and are included by reference. In case of conflict the Detailed Equipment Specifications shall govern. All interpretations of conflict shall be to the City's sole judgment. 1.02 ADAPTATION OF EQUIPMENT A. B. Equipment shall be readily adaptable for installation and operation as shown on the plans. No responsibility for alteration of a planned structure to accommodate other types of equipment shall be assumed by the City. Equipment which requires alteration of the structures shall be considered only if the Contractor assumes all responsibility for costs associated with design changes including, but not limited to, engineering design, production of plan revisions, and verification of equality to specified equipment. All such alterations, including required engineering reviews by the Engineer of Record, shall be made at the Contractor's expense. Any revisions to structures, piping, electrical or other work made necessary by such substitution is subject to review by the Engineer. All costs associated with such revisions, including engineering and administration costs, shall be paid by the Contractor. The City shall be the sole judge of equivalency. Any revisions to structural, piping, electrical or other work made necessary from deviations from approved submittals shall be paid by the Contractor including engineering and administration costs. C. Contractor is responsible for designing and furnishing anchoring and bolting systems for all equipment, unless such systems are shown or specified. 1.03 SUBMITTALS The information submitted by the Contractor in accordance with General Provisions 2-5.3shall include, but not be limited to, the following items: A. References as required by the paragraph of this specification entitled "Manufacturer's Qualifications". B. Seismic Anchor Bolt Calculations and Drawings: Anchor bolt seismic design calculations and drawings for each piece of equipment shall be submitted. All anchor bolt seismic design calculations and drawings shall be stamped and signed by a Registered Civil Engineer in the State of California. Calculations shall demonstrate that equipment bolting, mounting, and anchoring meets requirements of the California Building Code considering site-specific seismic criteria. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 General Equipment Provisions 11001-1 0 0 C. Shop Drawings showing in detail, the installation of all equipment and appurtenances covered by this specification. Shop Drawings shall include, but not be limited to: 1. Anchoring details. 2. Details of support members. 3. Detailed assembly, installation, and start-up procedures. 4. Dimensions, elevations and materials for all equipment items and appurtenances listed in this specification. 5. Performance curves. 6. For all hydraulic equipment, submit factory test curves for each individual piece of equipment supplied. Curves shall be based on hydraulic test of the actual unit being furnished. 7. For Pumps, Pump Data (EA): Furnish literature, illustrations, specifications and engineering data including: dimensions, coupling data, bearing life calculations, pressure limitations, materials, paint systems, size, performance data, operating speed,-specific speed, and curves showing pump efficiencies, required net positive suction head, bowl submergence required, flow rate, head, brake horsepower, and torque and thrust from shut- off head to minimum head conditions. Supply data on pump losses including column and discharge head hydraulic friction losses and horsepower required for shaft friction and thrust bearings. 8. Motor Data: a. For each motor furnish a certified motor data sheet for the actual motor or for a previously manufactured electrically duplicate motor which was tested. Provide the following minimum data: ( 1) Speed-torque relationship. (2) Efficiency at 1/2, 3/4 and full load. (3) Power factor at 1/2, 3/4 and full load. ( 4) Slip at full load. (5) Running light, full load and locked rotor current. (6) Temperature rises and results of dielectric tests. (7) Type and frame size. (8) Bearing type and lubrication medium. (9) Insulation and enclosure type. (10) Safe running time-current curves. b. All Electric Motors shall also have the following submitted: (1) Name of Manufacturer, (2) Motor Horsepower, (3) Full load speed, (4) Design letter, ( 5) Temperature rise and class of insulation system, (6) Service factor, (7) Voltage, frequency, number of phases, No. Batiquitos LS Pump Replacement Design General Equipment Provisions 11001-2 Contract No. 5517 September 2014 9. Thrust Bearing Data, where applicable: Type, specification, lubricant specification, maximum applied load, capacity, bearing load and life (minimum) at rated speed and shut- off head. 10. Arrangement: For all equipment, provide complete dimensioned arrangement drawings showing the assembled motor, couplings, anchor bolts, support base, and major components. 11. Wiring: Provide drawings showing sizes and location for all wiring connecting to external devices. Number all terminal blocks. 12. Weights: Provide list of weights of major equipment unit components, including motor and rotating parts. 13. Manufacturer's Certification and Reports: a. Provide all manufacturer's certification and reports required in Part 1 of this Section. b. Report on field tests including vibration tests. c. Acceptance of any report or certification by the City shall not relieve the Contractor from his responsibility to meet the requirements of the Contract Documents. 14. Shop Test Results: a. Certified equipment and motor test data. 15. Field Test Results: Submit all results of field tests. 16. Controls and Wiring Diagrams: a. Wiring diagrams of all electrical and control components, b. Assembly drawings, nomenclature, and materials list, c. Outline and dimensions and weights, d. Method of anchoring control panels, and electrical connection details sufficient to permit design of supportive structures and connections. D. Special Testing Requirements as required to substantiate performance of all equipment. E. Operation and Maintenance Data: Submit Operations and Maintenance Manuals in accordance with Section O 1 73 4. F. Manufacturer's And Supplier's Field And Test Data: All manufacturer certifications letters and test and field data collected by the manufacturers/suppliers per the requirements of the paragraph of this specifications entitled "Manufacturer's Field Services," shall be submitted by the Contractor to the City within fourteen (14) days after the start-up services are complete. G. Dimensional drawings and weights of all equipment components specified. Letter from equipment Manufacturer confirming that total equipment weight including all removable rotating parts does not exceed the specified weight. H. For pumps, catalogue pump curves clearly showing TDH versus flow and horsepower, efficiency, and NPSH requirements at respective flows. Technical data on the pump seals shall be submitted for City's review. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 General Equipment Provisions 11001-3 0 0 C I. Manufacturers of products supplied within the scope of the equipment specifications or the Manufacturer's authorized repair facility shall show evidence of part stock within an area extending no further than Southern California. J. In the event that the Contractor proposes to furnish a mechanical system that requires significant modifications to the mechanical layout on the Drawings, Contractor shall submit revised mechanical, electrical, and structural layout from the system supplier that shows the revised piping, conduit, and support plans. Revised plan shall show detailed dimensions and material call-outs. Revised layouts will not be considered acceptable until approved by the City. 1.04 MANUFACTURER'S NAMES A. Manufacturer's name and catalog numbers are for the convenience of the Contractor. The detailed specifications shall apply in the event of a conflict. If detailed specifications have not been given, the Manufacturer's name and catalog number shall determine the design criteria for comparison should an equal be submitted. 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications: All equipment manufacturer(s) and motor manufacturer(s) shall have experience in manufacturing equipment of the same size or larger to the equipment and motors specified. For a manufacturer to be determined acceptable for providing equipment on this project, it must show evidence of five separate, substantially similar installations which have been in satisfactory operation for a minimum of five years. B. All equipment shall be new and of current manufacture. All equipment shall be identical and obtained from a single manufacturer. The equipment Manufacturer and the Contractor shall assume full responsibility for the completeness of the mechanical system specified. The motors for identical equipment shall be obtained from a single manufacturer. C. Source Quality Control: 1. (For pumps) Pump Shop Tests: a. Pump casings and volutes shall be hydrostatically tested to twice the design total head or one-and-a-half times the shut-off head, whichever is greater. b. Running Test: Each pump shall be operated from zero to maximum capacity. Results of the tests shall be shown in a plot of test curves showing bowl head, total head, flow, pump input power, net positive suction head required, pump efficiency, and pump efficiency at design running speed(s). Recording and computation of test results shall be in accordance with Hydraulic Institute Standards. Readings shall be taken at a minimum of 5 evenly spaced capacity points including shutoff, design point, minimum and maximum head for which pump is designed to operate. c. When specified in the individual pump specification section, the test shall be witnessed by a registered Professional Engineer, who may be an employee of the manufacturer. The engineer shall sign and seal all copies of curves and test reports and shall certify that hydrostatic tests were performed. Tests shall be conducted in conformance with the methods described in the Hydraulic Institute Standards. The pump manufacturer shall notify the City, in writing, at least fourteen (14) calendar days prior to testing. The written notifications shall specify the exact date and location the tests will be conducted, and shall define the test procedures to be utilized. Testing shall be performed during normal working hours. No. Batiquitos LS Pwnp Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001 - 4 2. 3. d. Pumps shall not be shipped until the City has approved all test reports. e. Pumping units shall be within the following tolerances: (1) At design head,+ 10 percent of design capacity or at design capacity, +5 percent of design head. (2) No minus tolerances shall be allowed with respect to capacity, total head, or the manufacturer's guaranteed bowl efficiency at the design point. Motor Shop Tests (for all motorized equipment): Each motor shall be given a short commercial test to demonstrate that it is free from defects and to provide assurance that it meets specified requirements. Tests shall include as a minimum: (1) No load running current and current balance. (2) Locked rotor current. (3) Winding resistance. ( 4) High potential test. (5) Bearing inspection. ( 6) Vibration test. b. When specified in the individual equipment specification section, the test shall be witnessed by a registered Professional Engineer; who may be an employee of the manufacturer. The engineer shall sign and seal all copies of curves and test reports. The equipment manufacturer shall notify the City, in writing, at least fourteen (14) calendar days prior to testing. The written notifications shall specify the exact date and location the tests will be conducted, and shall define the test procedures to be utilized. Testing shall be performed during normal working hours. c. Motors shall not be shipped until the City has approved the test reports. Field Tests: See individual equipment specifications for field test requirements. D. Reference Standards: All equipment and equipment installation shall comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. Standards of the Hydraulic Institute. 2. Standards of the American Water Works Association. 3. National Electric Code. 4. Standards of National Electrical Manufacturer's Association. 5. Institute of Electrical and Electronic Engineers. 6. American Gear Manufacturers Association. 7. American National Standards Institute. 8. American Society of Testing and Materials 9. Anti-Friction Bearing Manufacturers Association, Inc. 10. Federal Occupational Safety and Health Act (OSHA) 11. California Division of Occupational Safety and Health (Cal/OSHA) 12. Underwriters Laboratory No. Batiquitos LS Pump Replacement Design Contract No. 5 517 September 2014 General Equipment Provisions 11001-5 0 E. Existing Conditions: Contractor shall field verify existing conditions for new equipment installed on or adjacent to existing structures. Submit this info to equipment manufacturer for fabrication of sole plates and all other devices attached to existing structures. 1.06 GUARANTEE AND WARRANTY A. The Contractor shall guarantee all equipment against (a) faulty or inadequate design, (b) improper assembly or erection, ( c) defective workmanship or materials, and ( d) leakage, breakage, or other failures. The guarantee period shall be as specified herein and in the detailed equipment specifications. B. For all equipment, the Contractor shall obtain from the equipment Manufacturer a warranty for all motors, controls, and appurtenances for one year from the date of Substantial Completion. 1. During the warranty period, the Contractor shall provide the services of a trained manufacturer's representative to make all adjustments, repairs and replace all defective material and equipment at no cost to the City. 2. The Contractor shall include all costs incurred by the manufacturer, including travel and expenses, under the terms of the warranty. 1.07 UNIT RESPONSIBILITY A. Equipment or systems made up of two or more components shall be provided as a working unit by the responsible manufacturer (unit responsibility manufacturer). The unit responsibility manufacturer shall coordinate selection, design and shall provide all mechanical components, including local control panels such that all equipment components furnished under the equipment specification and the contract drawings for the equipment assembly, and all components specified elsewhere but referenced in the equipment assembly specification, is compatible and operates reliably and properly to achieve the specified performance requirements. Unless otherwise indicated, the Contractor shall obtain each system from the supplier of the driven equipment, which supplier shall provide all components of the system to enhance compatibility, ease of construction and efficient maintenance. The Contractor is responsible to the City for performance of all systems as indicated here and in the specific Specification references and contract drawings. The unit responsibility manufacturer is designated in the individual equipment specifications found in these contract documents. 1.08 WORKPAYMENT A. Payment for the Work in this Section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto, including all Work and materials specified herein and as may be required to complete this portion of the Work. PART 2 -PRODUCTS 2.01 GENERAL A. General Equipment Provisions. The General Equipment Provisions shall apply to all equipment furnished under this section. B. Painting. Painting shall be as required in Division 09 of these Specifications. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 General Equipment Provisions 11001 - 6 C. Galvanizing. Galvanizing shall conform to the applicable requirements of Section 210-3 "Galvanizing" of the Standard Specifications for Public Works Construction, latest edition. D. Anchor Bolts. All anchor bolts, nuts, and washers shall be 316 stainless steel. E. Electrical Work. Electrical work shall be as specified in Division 16 of these Specifications. F. Power Supply. Power supply to the pumps shall be 460v, 3 phase. G. Piping and Valves. Piping, valves, and fittings shall be as specified in Division 15 of these Specifications. H. Instrumentation and Control. Instrumentation and control systems shall be as specified in Division 17 of these Specifications. I. Motor Enclosure and Drives. Motor enclosures shall be TEFC unless specified otherwise. For all equipment provide motors with a service factor of 1.15. J. Motor Size. Electric motor drives shall be sized to be non-overloading throughout the pump performance conditions as defined in this Specification. Motors shall comply with the requirements specified in Division 16 and the General Equipment Provisions. 2.02 WORKMANSHIP AND MATERIALS A. All equipment shall be designed, fabricated and assembled in accordance with the best modern engineering and shop practice and in accordance with applicable standards including ASTM, ANSI and AMA. Individual parts shall be manufactured to standard sizes and gauges so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units, shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required for tests. B. In various locations on the drawings, Manufacturer's names have been used for clarity and to establish minimum product standards only. The Contractor shall be responsible for selection and coordination of all materials required for construction. C. All parts and components of mechanical equipment shall be designed for satisfactory service under continuous duty without undue wear under the specified and indicated operating conditions for the period of time specified in these Documents. Any part of mechanical equipment that shows undue or excessive wear or fails due to wear under normal operating conditions within the warranty period shall be considered as evidence of defective material or defective workmanship, and it shall be replaced by the Contractor with equipment or parts to meet the specified requirements at no cost to the City. D. Materials shall be suitable for the service conditions to be encountered. Unless otherwise specified, structural steel shall conform to ASTM A36. All mechanisms or parts shall be amply proportioned for the stresses which may occur during operation or for any other stresses which may occur during fabrication, erection, and transportation. E. Unless otherwise specified, all materials shall conform to the structural and miscellaneous standards of the American Institute of Steel Construction. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001-7 0 F. G. H. I. J. K. L. M. N. Bronze which shall be in contact with water or any liquid, used in the manufacture of any equipment shall not contain aluminum nor more than 6 percent zinc, and shall conform to ASTM B62, or equivalent. All steel bars, shapes, and plates shall be clean and straight before being worked. Straightening or flattening, if necessary, shall be done by a process and in a manner that shall not injure the metal. Sharp kinks or bends shall be cause for rejection. Steel that has been heated partially shall be annealed, unless it is to be used in minor parts. Finished members shall be true to line and free from twists, bends, and other joints. Tolerances and clearances shall be as indicated on the Shop Drawings and these tolerances and clearances shall be closely followed to secure proper operation of the equipment. All flanges on equipment and appurtenances furnished shall conform in dimensions and drilling to ANSI B16.1, Class 125 unless otherwise specified. All specific requirements of these specifications must be adhered to, and modifications shall be made at the Contractor's expense to the specified model of manufacturer's equipment to make it conform to the specific requirements of these specifications if the standard product does not fulfill all requirements. Equipment input power requirements shall not exceed the motor nameplate brake horsepower at any point on the equipment operating curve from shutoff to runout. Pump characteristic curves shall continuously rise from minimum head to shutoff with no intermediate dips. Pumping units shall be designed for continuous stable operation at all points on their operating curves from shut-off to run-out head at specified constant speed. Bearings: 1. Unless otherwise specified, all equipment bearings shall be oil or grease lubricated, ball or roller antifriction type of standard manufacture. Bearings shall be conservatively designed to withstand all stresses of the service specified. Each bearing, except as otherwise noted, shall be rated in accordance with the latest revisions of Anti-Friction Bearing Manufacturer's Association's (AFBMA) Methods of Evaluating Load Ratings of Ball and Roller Bearings for B-10 rating life of 100,000 hours. 2. All grease lubricated bearings, except those specified to be factory sealed lubricated, shall be fitted with easily accessible grease supply, flush, drain and relief fittings of the standard hydraulic type. Extension tubes shall be provided for easy access. 3. 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 50 degrees C and shall be equipped with a filler pipe and an external level gauge. Fittings for pressure lubrication shall be 1/4-inch straight-type. 4. To avoid work hardening or "Brinelling" damage from vibration, bearings shall be separately packed or otherwise suitably protected during transport. 5. Thrust Bearings (where applicable) shall have AFBMA rated (minimum) life of not less than five years when operated continuously at highest rated speed of motor and at total load consisting of the weight of the motor rotor plus combined dead weight and hydraulic thrust No. Batiquitos LS Pwnp Replacement Design General Equipment Provisions 11001 -8 Contract No. 5517 September 2014 0. Motors: load imposed on motor by equipment, when equipment is operating at shutoff head. (Average life is five times minimum life). Bearings shall be adequate to carry thrust Loads existing under all conditions of equipment operation from shutoff to run-out. 1. Motors shall be constructed in accordance with current NEMA, IEEE and ANSI Standards, where applicable. Motors shall be fully capable of performing in accordance with the manufacturer's nameplate rating and free from defective material and workmanship. 2. Motors shall be induction type, with a service factor of 1.15. 3. Motors shall operate on 460 volt, 3 phase electric power. 4. Motors shall be of sufficient size so that there will be no overload on the motor above rated nameplate horsepower under any condition of operation from shut-off to zero head. Motors shall be suitable electrically and mechanically for application. Motors shall be designed for continuous operation at full load and rated voltage with a frequency variation of± 5 percent and a voltage variation of± 10 percent. 5. Motor horsepower ratings noted in individual equipment specifications are estimates only and it is the responsibility of the Contractor to furnish motors, electric circuits, and other equipment of ample horsepower capacity to operate the equipment furnished without exceeding the nameplate full-load current at rated nameplate voltage. Full-load amps information shall be furnished with submittal. 6. For variable speed machines, maximum vibration limit for motors shall be 0.002 inches peak to peak unfiltered, when measured in accordance with NEMA Publication MGI- 20.54. 7. 8. Motor enclosures shall be TEFC unless otherwise specified. Comply with noise requirements of detailed equipment specifications. Motor shall be capable of carrying full load current continuously without injurious temperature rise in an ambient temperature of 40 °C. 9. Motor Construction: a. Rotor shall be made from high grade steel laminations adequately fastened together and to the shaft. Squirrel cage shall be either cast aluminum or bar type with brazed or welded end rings. b. Insulation shall be minimum Class B braced for repeated full voltage starts. 10. The maximum temperature rise of windings as measured by the resistance method shall not exceed 90°C when the motor is operated continuously at service factor horsepower, rated voltage and frequency and with an ambient temperature not exceeding 40 ° C. 11. Motors shall be equipped with stainless steel hardware throughout. All windings, stators and rotor parts subject to wear due to airborne abrasives shall be treated with abrasion resistant material. Bearings shall be provided with dust-tight seals. 12. Provide corrosion resistant guard screens to cover openings. 13. Provide an engraved stainless steel name plate for each motor. The nameplate shall include as a minimum: a. Manufacturer. b. Type. C. Frame. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001 -9 0 ,,,--.. 3 k """"' d. Insulation Class. e. Horsepower. f. RPM. g. WModel. h. KVA Code. 1. Voltage. j. Locked Motor Current. k. Full Load Current. 1. Serial Number. m. Date of Manufacture. 14. Locked rotor currents shall be as specified in NEMA standards. 15. Motor Thrust Bearings (where applicable): a. ~: Angular contact or spherical roller oil lubricated. Water cooling shall not be allowed. b. Lubrication: Provide oil level sight gage with permanent safe oil level gage markings. Provide fill and drain plugs. c. Mounting: Mount to accommodate all loading conditions including any transient up thrust. P. Fasteners: All fasteners supplied with equipment shall be 3 l 6L stainless steel. 2.03 LUBRICATION AND LUBRICATION FITTINGS A. Equipment shall be adequately lubricated by systems which require attention no more often than weekly during continuous operation. Lubrication systems shall not require attention during start- up or shutdown and shall not waste lubricants. Lubricants of the type recommended by the equipment manufacturer shall be provided in sufficient quantity for consumption prior to completion of required testing and acceptance of equipment by the City. The Contractor shall provide the City, prior to equipment start-up, four ( 4) copies of a list showing the proper lubricants 'for each item of mechanical equipment, approximate quantities needed per year of continuous operation, and recommended lubrication intervals. Wherever possible, the types oflubricants shall be consolidated with the manufacturer's approval to minimize the number of different lubricants required for plant maintenance. B. Equipment lubrication fittings shall be extended with piping beyond obstructions such as guards or covers to provide ease of lubrication without disassembly of the unit. C. All lubrication fittings shall be constructed of304 stainless steel and shall be brought to the outside of all equipment so they are readily accessible from the outside without the necessity of removing covers, plates, housing, or guards. Fittings shall be of button head type. Lubrication fittings shall be mounted together wherever possible and shall be made of factory-mounted multiple fitting assemblies. Fittings shall not be individual fittings field-mounted together. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001-10 2.04 GAUGES AND GAUGE CONNECTIONS A. Pump Suction and Discharge Pressure Gauge Connections: Except where permanent pressure gauges are shown on the plans, a 1/2" NPT connection and 316 stainless steel isolation cock shall be furnished and installed on the suction and discharge piping of all pumps. Unless connections are provided on the pump casing at the suction and discharge, the connections shall be provided immediately upstream of the pump suction connection and immediately downstream of the pump discharge connection. NPT connection shall be furnished and installed on the suction and discharge piping of all pumps, immediately upstream of the pump suction connection and immediately downstream of the pump discharge connection. 2.05 ELECTRICAL EQUIPMENT A. All electrical equipment shall be capable of operating successfully at full-rated load, without failure, at an ambient air temperature of 32°F to 120° F. 2.06 CONTROL CABINETS AND PANELS A. All control cabinets and panels located outdoors or in corrosive environments shall be minimum NEMA 4X unless otherwise specified or noted on the Contract Drawings or in the Specifications. 2.07 SAFETY REQUIREMENTS A. Belt or chain drives, fan blades, couplings, exposed shafts and other moving or rotating parts shall be covered on all sides by safety guards which conform to the General Industry Safety Orders of the California Division of Industrial Safety. Safety guards shall be fabricated from 15 USS gauge or heavier 316 stainless steel. Each guard shall be designed for easy installation and removal. Necessary supports and accessories shall be provided for each guard. Safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. Drawings of safety guards shall be submitted to the City for approval prior to fabrication or delivery. 2.08 EQUIPMENT NAMEPLATES A. The equipment manufacturers shall provide equipment nameplates for each equipment item and shall be fastened to the equipment in an accessible location. B. The nameplate shall include manufacturer's name and contact information, equipment model number, identification tag number, shop order number, drive speed, motor horsepower, and rated capacity, and date of manufacture. Nameplates for pumps shall also include rated total dynamic head and impeller size where applicable. Equipment power requirements including horsepower, voltage, frequency, and phases shall be stated. C. Equipment nameplates shall be stamped on stainless steel and fastened to the equipment with No. 4 or larger oval head stainless steel screws or drive pins. 2.09 IDENTIFICATION PLATES A. The Contractor shall furnish and install identification plates and shall mount on or adjacent to each item of equipment and device including tanks, gates, motor operated valves, electrical and instrumentation items and all other mechanical equipment items. B. The identification plates shall identify the equipment function, title, equipment number, and City asset number bar code. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001 -11 0 0 C. Identification plates shall be approximately I-inch by 3-inches made from phenolic material having a black exterior and white center. Letters shall be engraved and shall not be smaller than 3/16-inch high. All plates shall be fastened with 316 stainless steel pins or screws as approved by the City. The plates shall be supplied by a single Manufacturer. D. The Contractor shall be responsible for compiling a list of all equipment titles and equipment numbers (where required by the Contract Documents) as they will appear on the identification plates. The Contractor shall submit the list of titles along with a sample identification plate to the City for review. 2.10 WARNING SIGNS A. The Contractor shall furnish and install permanent warning signs and shall mount them at all mechanical equipment which may be started automatically or from remote locations. B. Warning signs shall be colored yellow and black. Copy shall read: CAUTION: AUTOMATIC EQUIPMENT MAY ST ART AT ANY TIME 2.11 SPARE PARTS-NOT APPLICABLE PART 3-EXECUTION 3.01 INSTALLATION A. Skilled craftsmen experienced in installation of the equipment or similar equipment shall be used. Applicable specialized tools and equipment, such as precision machinist levels, dial indicators, and gauges shall be utilized as required in the installations. The work shall be accomplished in a workmanlike manner to produce satisfactory equipment installation free of vibration or other defects. B. Install in a manner and to the tolerances recommended by the equipment manufacturer. The Contractor shall obtain installation instruction booklets or other recommendations from the equipment manufacturers as to procedures for, sequence of, and tolerances allowed in equipment installation. In particular, the Manufacturer's recommendations as to grout spaces required, type of grout to be used, and tolerances for level and alignment, both vertical and horizontal, shall be obtained and followed. One (1) copy of this material shall be given to the City prior to the installation of the equipment. C. Whenever applicable, the Contractor shall obtain the services of a Manufacturer's representative specifically trained in erection of his equipment to supervise the installation. The Contractor shall be responsible for the proper alignment of all installed driven equipment and drives in accordance with the tolerance recommendation of the manufacturers for both City furnished and Contractor furnished equipment. D. Installation shall include furnishing and applying an initial supply of grease and oil, recommended by the manufacturer. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001-12 E. Support piping independent of equipment. F. Check and align unit components. G. Make all electrical connections in conformance with requirements of Division 16, Electrical. H. Plug all taps and orifices not required for equipment operation and controls. I. Install Type 316 stainless steel pipe or tubing on each pump to convey leakage to nearest drainage inlet. J. The Contractor shall install all City furnished equipment where required by the Contract Documents, in accordance with the installation instructions, shop drawings and submittals provided by the equipment manufacturers and available at the City offices for the Contractor's use. K. Prior to installation of equipment, all sacking and concrete preparation shall be completed and the work area shall be maintained in a broom-clean condition during the equipment installation. 3.02 COORDINATION A. The Contractor shall take all measurements for his work at the installation sites, verify all subcontractor's and Manufacturer's drawings and be responsible for the proper installation within the available space of the apparatus specified and shown on the drawings and must inform the City of any variations and shall submit all proposed changes for review before making any changes. B. The Contractor shall provide at least seven (7) days written notice of all work that shall tie into existing facilities. The method(s) used to tie into existing facilities shall be reviewed by the City prior to execution of the work. All costs associated with tie-ins shall be included with the Contractor bids. 3.03 CONCIIBTE EQUIPMENT PADS A. Unless otherwise specified or noted on the Contract Drawings, all equipment shall be provided with a reinforced concrete pad consisting of an eight (8) inch thick slab with a minimum of #4 re-bars at 8 inches on centers each way and 316 stainless steel anchor bolts as required to accommodate the equipment. 3.04 ANCHOR BOLTS AND JACKING SCREWS A. All equipment shall be anchored to supporting members by bolts or other connections to accommodate all operating forces and satisfy the seismic restraint requirements of the California Building Code considering site-specific seismic criteria. Unless otherwise indicated in the individual equipment specifications, the Contractor shall be responsible for furnishing anchoring and bolting systems for the equipment. Anchor bolts and hardware sizes and installation shall conform to the seismic design calculations and drawings submitted to the City. B. Seismic design calculations and drawings shall be completed for each equipment item unless anchor sizing, embedment, and spacing for the specific piece of equipment is shown or specified in the Contract Documents. The Contractor shall submit all seismic design calculations and drawings per the requirements of the paragraph of this specification entitled "Submittals." The Contractor shall be responsible for preparing and providing the seismic anchor bolt calculations and drawings for all equipment, unless indicated in the individual equipment specifications that No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001-13 0 C. D. E. F. G. 3.05 A. 3.06 A. 3.07 A. seismic anchor bolt calculations and drawings are to be prepared and provided by the equipment manufacturer or supplier. Jacking screws shall be provided in the heavy equipment bases and where required elsewhere to aid in leveling during installation. Anchor bolt setting drawings, shall be delivered sufficiently early to permit setting the anchor bolts when the structural steel support frame is fabricated by others. All anchor bolts and anchoring hardware shall be of Type 316 stainless steel. Alternate methods of anchoring to those shown on the plans and specified herein shall meet the requirements of these Specifications and shall be submitted to the City for review. Submittals on alternate anchoring methods shall be done in accordance with General Provisions 2-5.3 and the requirements of this specification section. Where supported on grade, the area under the pad shall be graded and compacted as required prior to placement of the pad. Pads shall not be placed on top of asphalt concrete paving. All asphalt in the pad area including any additional area required for formwork shall be saw cut and removed to grade. The area under the pad shall be graded and compacted as required prior to placement of the pad. Where pads are required on top of existing concrete slabs, the surface of the existing slab shall be roughened and reinforcing steel shall be doweled into the existing slab prior to forming and placement of the equipment or tank pad. EQUIPMENT BASES A heavy cast iron or welded steel base shall be provided for each item of equipment that is to be installed on a concrete base. Bases shall be provided with machined support pads, tapered dowels for alignment of mating or adjacent items, adequate openings to facilitate grouting, and openings for electrical conduits. Seams and contact edges between steel plates and shapes shall be continuously welded and ground smooth. BASE GROUTING After assembly and installation on the concrete base, each unit shall be level using a precision level and aligned in place, but not grouted until after the initial fitting and alignment of connecting piping. Each unit shall then be grouted to the concrete base. Each base shall be completely filled with grout. The grout shall extend to the edge of each base and shall be beveled at 45 degrees all around the unit. Grout that is exposed at horizontal surfaces shall be rounded to provide drainage to appropriate points. After grout has set, jacking screws shall be removed and nuts on anchor bolts shall be tightened, followed by an overall check on leveling and alignment. Should equipment not meet tolerances of leveling and alignment, as recommended by the manufacturer, corrective measures shall be taken to obtain the tolerances required. Reciprocating equipment shall be grouted with non- shrinking epoxy grout as manufactured by Embeco, or equal. IDLER SPROCKETS Idler sprockets shall be installed so that not less than one-quarter of the total adjustment is available for future use. No. Batiquitos LS Pump Replacement Design General Equipment Provisions 11001-14 Contract No. 5517 September 2014 3.08 PAINTING A. All exterior surfaces and all interior wetted surfaces shall receive surface cleaning and preparation, prime coat, and applied finish coats as specified in Section 11328. B. Surfaces requiring painting or coating for corrosion protection shall be smooth, free from sharp edges, burrs, and projections, and shall have all welds ground smooth and all edges and comers of structural members rounded. Non-conformance shall be grounds for rejection of equipment as determined by the City. C. Nameplates shall not be painted. D. Non-ferrous, stainless steel and moving parts shall not be painted. E. All ferrous surfaces of equipment except for machined or bearing surfaces and stainless steel surfaces shall be shop painted. Machined, polished, and other ferrous and non-ferrous surfaces which are not to be painted shall be coated with corrosion and/or rust preventative compound, Dearborn Chemical "NO-Ox-Id", Houghton "Rust Veto 344 ", Rust-oleum "R9", or approved equal. Should rust occur during shipment and/or storage, the contractor shall be responsible for correction as determined by the City. F. All galvanizing, where called for on the plans and/or the Specifications, shall be hot dip process conforming to ASTM A-123 and the appropriate American Hot Dip Galvanizers Association, Inc. Specifications and the Standard Specifications for Public Works Construction (SSPWC). Galvanized metal surfaces are to be solvent cleaned of residual oils and primed with an approved galvanized metal primer before shipment. G. Copper, bronze, chromium plate, nickel, stainless steel, aluminum, monel metal, lead, lead coated copper, brass and plastic are not to be painted or finished unless called for in other parts of this Specification or on the drawings or as recommended by the manufacturer. H. Equipment shall be shop primed prior to delivery to the jobsite unless otherwise specified in the Detailed Equipment Specification. Surfaces of equipment that will be inaccessible after assembly shall be painted or otherwise protected before assembly by a method that provides protection for the life of the equipment. I. All metallic surfaces requiring a shop applied primer shall be primed with an approved priming system that has been verified with the Section 11328 subcontractor as being compatible with the Section 11328 coating systems proposed and shall be applied in accordance with the recommendations of the paint manufacturer. Submittals for all equipment specified in Division 11 shall include the following: J. 1. Coating manufacturers "Cut-sheet" describing components, surface preparation requirements, recommended mill thicknesses, and application procedures for the proposed primer. 2. A letter from the equipment supplier stating that he has contacted the Section 11328, (Painting) subcontractor and confirmed that the proposed primers are compatible and that the primer will be applied per the coating manufacturers requirements. In addition, the letter shall certify that the appropriate surface preparations will be made prior to primer application. Date of factory prime coat shall be listed on final Bill of Material with equipment delivery. Field coating shall be completed within the allowable overcoat or recoat time per the coating No. Batiquitos LS Pump Replacement Design General Equipment Provisions 11001-15 Contract No. 5517 September 2014 0 K. L. M. N. 3.09 A. B. 3.10 A. 3.11 A. B. C. manufacturer. All surfaces shall be prepared in accordance with coating manufacturer's written recommendations. Electric motors, drives, and other equipment that would be damaged by sandblasting shall be cleaned by hand cleaning or power tool cleaning as directed by the City. Following cleaning, the components shall be shop-primed with a rust inhibitive primer and finish coated with a high quality industrial alkyd enamel. The equipment supplier shall certify, by letter included with the equipment submittal, that the Section 11328 (Painting) subcontractor was consulted and confirmed that the proposed primer and finish coating described above is compatible with the approved Section 11328 painting scheme. After delivery to the job site, equipment surfaces shall be inspected and evaluated by the City. Touch-up all painted parts that have been damaged during shipping. Touch-up or complete removal of shop priming, by sandblasting or other approved method, may be required as determined by the City, based on the condition of the equipment primer prior to final, in place, finish coat application. The Contractor shall furnish brand new equipment to replace any equipment which the City determines to be damaged beyond repair by rust or mishandling, etc., while in storage or during installation by the contractor. Field touch-up, final surface preparation, and final finish coatings will be applied by the Section 11328, (Painting) subcontractor. Paint all equipment together with piping after installation to match City color code. DISSIMILAR METALS Where aluminum surfaces come in contact with dissimilar metals, except Type 304 or 316 stainless steel, aluminum surfaces shall be kept from direct contact with said metal by use of neoprene gaskets or washers, polyethylene self-adhesive tape (two wraps of 20-mil tape), or washers. Galvanizing or paint shall not be considered as adequate protection. All stainless steel bolt and screw surfaces in contact with aluminum shall be coated with Never- Seez by Never Seez Compound Corp., or equal. MACHINED FIBERGLASS All machined fiberglass edges shall be sealed to prevent wicking. PRODUCT DELIVERY, STORAGE AND HANDLING Equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. Each container or piece of equipment shall be clearly marked with the Contractor's name, project name and location. Deliver materials to the site to ensure uninterrupted progress of the work. Deliver anchor bolts and anchorage devices which are to be embedded in cast-in-place concrete in ample time not to delay that work. Handle all equipment and materials very carefully. Protection and maintenance of materials and equipment stored on the jobsite shall be the sole responsibility of the Contractor. The Contractor shall protect and exercise all stored materials and equipment in strict accordance with the manufacturer's recommendations and as instructed by the City. Damaged equipment and materials will not be acceptable. Any loss, or damage to stored materials or equipment shall be the No. Batiquitos LS Pump Replacement Design General Equipment Provisions 11001-16 Contract No. 5517 September 2014 responsibility of the Contractor. The Contractor shall replace missing or damaged materials or equipment at the Contractor's expense. All City furnished equipment after unloading by the Contractor shall be the sole responsibility of the Contractor and shall be installed and maintained by the Contractor as specified herein. D. Equipment shall be stored on raised supports protected from exposure to the elements and shall be kept thoroughly dry at all times. Pumps, motors, drives, electrical equipment, and other equipment having anti-friction or sleeve bearings shall be stored in weathertight storage facilities such as warehouses. Covering with visquine or similar material will not be considered as a weathertight enclosure. E. Protect all bolt threads, etc. from damage and corrosion. F. Finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. G. Protect all factory applied coatings from damage during shipment, unloading, storage and installation. Painted surfaces shall be protected against impact, abrasion, discoloration and other damage. Painted equipment surfaces that are damaged prior to acceptance shall be repainted in entirety to the satisfaction of the City. H. After hydrostatic or other tests, all entrapped water shall be drained from equipment and appurtenances prior to shipping, and proper care shall be taken to protect parts from the entrance of water during shipment, storage and handling. I. Power cables and control panels shall be covered and stored in a manner which will protect them from dirt, moisture, and abrasion. J. Electrical equipment, controls, and isolation shall be protected against moisture or water damage. Space heaters provided in the equipment shall be connected and operating at all times until equipment is placed in operation. K. All material and equipment shall be covered or stored in a manner which will prevent entry of deleterious matter per the requirements of Section O 1620. 3.12 SCHEMATIC DIAGRAMS A. Schematic diagrams are provided for the Contractor's guidance in fulfilling the operational intent of the Contract Drawings and the Specifications. B. It shall be the Contractor's responsibility to meet all safety and electrical codes and to provide all equipment, appurtenances and specialty items required to provide for complete and operable systems. C. Review of control schemes submitted by the Contractor shall not relieve the Contractor of his contractual responsibility to provide complete and successfully operating systems. 3.13 ST ART-UP AND FIELD TESTS A. Contractor shall verify that structures, pipes and equipment are compatible. B. Make adjustments required to achieve optimum operation. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001-17 0 0 C. D. E. Field test using job supplied flow meters and pressure gauges to demonstrate mechanical integrity and compliance with hydraulic performance criteria in this spec and with shop performance tests and vibration limitations. The tests shall demonstrate that the equipment operates in the manner intended. Demonstrate that the completed installation meets specified requirements and that all controls and safety shutdowns are operational. Make adjustments required to place equipment in proper operating condition. Vibration Testing: 1. Provide services of specialist in this field to conduct the tests. 2. Test each installed piece of equipment and motor at the constant operating speed for compliance with specified vibration and critical frequency limits. 3. Perform bump tests on each pump in each of two orthogonal planes to determine critical frequency. 4. Determine the natural frequency of the support structure at each equipment location by a bump test and an analyzer with a frequency finder. 5. Perform vibration measurements at the constant operating speed in each of two orthogonal horizontal directions, one of which shall be in the plane of greatest vibration. Modify units and/or dynamic balance, if required to meet specified vibration limits or to correct excessive vibration. 3.14 MANUFACTURER'S FIELD SERVICES A. Retain factory trained equipment and motor manufacturer's representatives with demonstrated ability and experience in the installation and operation of the equipment and motors and accessories to perform the services listed below: 1. Pre-Installation Inspection: a. Ensure that the equipment shipped to the job-site has been handled according to the manufacturer's recommendations and has arrived in good working order. b. Ensure that all equipment has been stored and protected according to the manufacturer's recommendations. c. Inspect and verify the structures or surfaces on which the equipment will be installed have no defects which would adversely affect the installation. d. The Contractor shall promptly report, in writing, defects which may affect the work to the City. A copy of the manufacturer's field report shall be provided to the City. 2. Installation: a. Provide technical assistance to Contractor during installation of the equipment. b. The equipment and motor manufacturers shall check and approve the installation during construction and prior to initial operation. c. Check alignment and inspect the installation prior to fmal grouting and start-up. d. Prior to initial start-up, a written statement shall be provided by the manufacturers stating the equipment has been installed by the Contractor in accordance with the No. Batiquitos LS Pwnp Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001 -18 Drawings, Specifications and manufacturer's recommendations and is ready to be placed into operation. 3. Startup and Testing: a. Assist in initial start-up, adjustments and field testing, including vibration testing. b. Be present when the equipment is placed in operation. c. The manufacturer shall test operate the system in the presence of the City and shall verify the equipment conforms with the specified requirements. The manufacturer shall re-visit the job-site as often as necessary until all deficiencies are corrected and the installation and operation is satisfactory to the City. d. Perform all tests in the presence of the City and the equipment manufacturer's representative. 4. Manufacturer's Field and Test Data Reporting: a. After installation supervision service by the Manufacturer, the Manufacturer shall submit the following to the City within 14 days: ( 1) A letter, on the Manufacturer's letterhead, certifying that the equipment was installed per the Manufacturer's recommendations and shall state that the equipment (I) has been properly installed and lubricated, (2) is in accurate alignment, (3) is free from any undue stress imposed by connecting piping or anchor bolts, and (4) has been operated under full load conditions and it operated satisfactorily. (2) Copies of all test and field data collected by the manufacturers/suppliers of equipment during installation supervision and start-up services including, but not be limited to, the motor amperage readings to verify drives are properly sized, tolerance and alignment measurements where applicable to verify equipment has been satisfactorily installed, and all other information collected by the manufacturers/suppliers to satisfy themselves that equipment has been properly installed. The test and field data shall be submitted whether specified or not in the detailed equipment specifications. b. In cases where the manufacturer/supplier feels equipment is not properly installed, he shall include with this submittal a punch list detailing the problems noted. The information required under this section shall be furnished for all equipment and devices requiring installation and start-up services as specified in these Specifications including the detailed mechanical, electrical and instrumentation specifications. c. The costs for this work shall be included in the prices quoted by equipment suppliers. The Contractor shall perform all work required to install and place into operation the equipment in accordance with the manufacturer's recommendations. 5. Operation and Maintenance Personnel Instruction: a. Instruct City's personnel in the operation and user maintenance of all c~mponents. b. Each supplier of equipment as required in these Specifications shall provide a qualified rrianufacturer's representative for a minimum of one 8-hour day to instruct City's Operation and Maintenance (O&M) personnel in the operation and maintenance of the equipment furnished unless specified otherwise. Training shall be scheduled within 3 months prior to startup. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001 -19 c. d. All costs for the O&M instruction program shall be included in Contractor's Bid. The scheduling of O&M services shall be coordinated with the City. 6. Supervise the correction of any defective or faulty Work before and after acceptance by City. B. Manufacturer field services shall be for a minimum of three (3) 8-hour days. C. The installation, testing, and start-up services shall be coordinated with the City. END OF SECTION No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Equipment Provisions 11001 -20 SECTION 11328 DRY PIT SUBMERSIBLE PUMPS PART I -GENERAL 1.01 SCOPE A. This section describes the supply and installation of complete and operable dry pit submersible pumps by Xylem Water Solutions USA, Inc., Flygt Products. The equipment shall be installed as shown on the plans, as specified herein, and in compliance with all OSHA, local, state, and federal codes and regulations. B. The equipment Manufacturer is responsible for furnishing complete and operable equipment that functions automatically in accordance with the Contract Documents. The equipment shall be provided to the jobsite complete with all necessary appurtenances, local wiring, accessories, anchor bolts, and other appurtenances as specified and as required for a complete operating installation. C. The major items of equipment covered under this section include but is not necessarily limited to the following equipment items: D. 1. North Batiquitos Lift Station Pump 1 2. North Batiquitos Lift Station Pump 2 3. North Batiquitos Lift Station Pump 3 The Contractor shall refer to the Contract Documents for any additional or ancillary equipment items or components required for the complete operation of the equipment of this Section, but not specifically described in this specification. 1.02 SUBMITTALS A. General: All submittals shall be submitted in accordance with General Provisions 2-5.3. Submittal data shall include the following items and otherwise as specified. 1. Pump performance curves 2. Pump outline drawing 3. Drawing(s) for accessories 4. Electrical motor data 5. Control drawing and data 6. Access frame drawing 7. Typical installation guides 8. Technical manuals 9. Parts list 10. Printed warranty 11. Manufacturer's equipment storage recommendations No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Dry Pit Submersible Pumps 11328-1 B. 12. Manufacturer's standard recommended start-up report form Deviation from Specification: The System Supplier shall submit a copy of this specification section with all addenda and all referenced specification sections. Each paragraph shall be check-marked to indicate specification compliance or marked to indicate deviations from the specification requirements. Failure to include the required specification sections and the justification for deviations will indicate non-compliance and shall be rejected without further consideration. 1. Check marks shall indicate complete compliance with the paragraph requirements. 2. Deviations from the specification shall be indicated by underlining the deviation and marking the paragraph or line with a number or letter. The remainder of the paragraph not marked as a deviation shall indicate compliance with the requirements of the paragraph. 3. The manufacturer shall prepare a detailed justification for each deviation. C. Product Data: The following shall be submitted: 1. Type and model numbers of all equipment and/or components 2. Product cut-sheets and brochures of all equipment and/or components 3. Provide list of weights of major pumping unit components. 4. List of Materials of Construction for all pumping unit components. 5. Installation and start-up procedures. D. Design Data: The following shall be submitted: 1. Pump performance data in accordance with this Section 2. Complete published pump performance curves showing head vs. capacity, pump efficiency, brake horsepower, and NPSHR for the specified design flow conditions and the maximum and minimum flow conditions. The published pump performance curves shall correlate to motor speed. The manufacturer shall indicate by arrows to points on the H/Q curves the limits recommended for stable operation, between which the pumps are to be operated to prevent surging, cavitation and vibration. The stable operating range shall extend from 50% of the Best Efficiency Point (BEP) to 125% BEP at 1750 RPM. 3. Seismic calculations for determining the anchoring requirements 4. Electrical component sizing calculations E. Drawings: Drawings shall include the minimum following items: 1. Dimensions, elevations, and materials for all equipment and/or components covered in this specification 2. Installation and layout of equipment and appurtenances 3. Mounting plate and anchoring details for all equipment signed and stamped by a registered Civil Engineer in the State of California 4. Details of support members 5. Field connection locations 6. Total equipment weight and lifting points 7. Controls and wiring diagrams: a. Wiring diagrams of all electrical and control components No. Batiquitos LS Pump Replacement Design Contract No. 55 l 7 September 20 l 4 Dry Pit Submersible Pumps 11328 - 2 F. G. H. b. Method of anchoring control panels, and electrical connection details sufficient to permit design of supportive structures and connections Manufacturer Qualifications: Submit all manufacturer qualification information as described in the paragraph entitled "Quality Assurance" of this specification. Equipment Shop Test Results: Submit all equipment test results described in the paragraph entitled "Quality Assurance" of this specification. Field and Test Data: 1. All test and field data collected by the manufacturers/suppliers of equipment during installation supervision and start-up services, where required in the Specifications, shall be submitted by the pump supplier to the Owner within fourteen (14) days after the start-up services are complete. 2. The test and field data shall not be limited to tolerance and alignment measurements where applicable to certify equipment has been satisfactorily installed, and all other information collected by the manufacturer to satisfy themselves that equipment has been properly installed. In cases where the manufacturer feels that equipment is not properly installed, the manufacturer shall include with this submittal a punch list detailing the problems noted. 3. A certification letter from the manufacturer shall be submitted per the requirements of the paragraph entitled "Manufacturer's Field Service" of this specification. I. Guarantee and Warranty Information: The pump supplier shall submit all guarantee and warranty information described in the Paragraph entitled "Guarantee and Warranty." J. K. L. M. Operation and Maintenance Manuals: The pump supplier shall submit operation and maintenance manuals to the Owner. Motors Data: The following shall be submitted: 1. Speed-torque relationship. 2. Efficiency at Yi, %, and full load. 3. Power factor at Y2, %, and full load. 4. Slip at full load. 5. Running light, full load and locked rotor current. 6. Temperature rises and results of dielectric tests. 7. Type and frame size. 8. Bearing type and lubrication medium. 9. Insulation and enclosure type. 10. Safe running time-current curves. Thrust Bearing Data: Type, specification, lubricant specification, maximum applied load, capacity, bearing load and life (minimum) at rated speed and shut-off head. Lubrication Data: The following shall be submitted: 1. Lubrication requirements No. Batiquitos LS Pump Replacement Design Dry Pit Submersible Pumps 11328-3 Contract No. 5 517 September 2014 0 2. Recommended lubrication manufacturer and product N. Spare Parts: The minimum spare parts are to be provided. PART QUANTITY 3 Mechanical seal sets 3 Sets of all gaskets and o-rings 3 Duplicate nameplate, 1 for each pump and motor provided 1 Impeller 1.03 QUALITY ASSURANCE A. Equipment Quality: All equipment specified herein shall be new and of current manufacturer. The equipment furnished shall be designed and constructed in accordance with the best practices and methods and shall operate satisfactorily when installed as shown on the Drawings and operated per the manufacturer's recommendations. All workmanship and materials used shall be of the highest quality and of proven reliability. B. Manufacturer's Qualifications: Equipment manufacturer shall be Xylem Water Solutions USA, Inc., Flygt Products. Alternative manufacturers and equipment will not be considered. C. Single Supplier: The equipment described in this Section shall be provided by a single supplier, in order to ensure coordination and proper operation of the component pieces of the system. Where two or more items of the same type and/or size of equipment are required, such items shall be produced by the same manufacturer. D. Reference Specifications, Codes, and Standards: The work in this section shall comply with applicable provisions and recommendations of the following standards, except as otherwise shown or specified: AGMA ANSI ASCE ASME ASTM AWS AWWA AFBMA HI IEEE IPCEA NACE American Gear Manufacturer's Association American National Standards Institute American Society of Civil Engineers American Society of Mechanical Engineers American Society for Testing and Materials American Welding Society American Water Works Association Anti-Friction Bearing Manufacturer's Association Hydraulic Institute Institute of Electrical and Electronic Engineers Insulated Power Cable Engineer's Association National Association of Corrosion Engineers No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Dry Pit Submersible Pumps 11328 -4 NEC NEMA NFPA NSF SSPC SSPWC UL National Electric Code National Electrical Manufacturer's Association National Fire Protection Association National Sanitation Foundation Steel Structures Painting Council, American National Standards Institute Standard Specifications for Public Works Construction ("Greenbook"), current edition Underwriter's Laboratory E. Equipment Shop Tests: 1. General: 2. a. All equipment, devices and systems requiring factory test and certification as required by these Specifications, may be witnessed by the Owner at the Owner's expense. b. Each test shall be witnessed by a registered Professional Engineer; who may be an employee of the manufacturer. The engineer shall sign and seal all copies of curves and test reports. c. The Owner shall notify the manufacturer in writing, at least fourteen (14) calendar days prior to testing by the manufacturer. The written notifications, shall specify the exact date and location the tests shall be conducted, and all testing shall be performed during normal working hours. Pump Shop Tests: a. Each pump shall be operated from zero to maximum capacity. Results of the tests shall be shown in a plot of test curves showing bowl head, total head, flow, pump input power, net positive suction head required, re-priming lift, pump efficiency, and pump efficiency at design running speed(s). Readings shall be taken at a minimum of 5 evenly spaced capacity points including shutoff, design point, minimum and maximum head for which pump is designed to operate. b. Each test shall be witnessed by a registered Professional Engineer, who may be an employee of the manufacturer. The engineer shall sign and seal all copies of curves and test reports and shall certify that hydrostatic tests were performed. c. Pumping units shall be within the following tolerances: ( 1) At design head, + 10 percent of design capacity or at design capacity, +5 percent of design head or at design head. (2) No minus tolerances shall be allowed with respect to capacity, total head, or the manufacturer's guaranteed bowl efficiency at the design point. d. Pumps shall not be shipped until the Owner has approved the test reports. 3. Motor Shop Tests: a. Each motor shall be given a commercial test to demonstrate that it is free from defects and to provide assurance that it meets specified requirements. Tests shall include as a minimum: (1) No load running current and current balance. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Dry Pit Submersible Pumps 11328-5 0 0 ~~-S' ......... (2) Locked rotor current. (3) Winding resistance. (4) High potential test. (5) Bearing inspection. (6) Vibration test. b. Motors shall not be shipped until the Owner has approved the test reports. 1.04 GUARANTEE AND WARRANTY A. The Owner shall obtain from the manufacturer, a manufacturer warranty for all material, equipment, and appurtenances specified in this Section. B. The warranty shall be for a minimum period of twelve (12) months from final acceptance by the Owner. Equipment warranty shall cover all failures of material or workmanship which occur as the result of normal operation and service excluding normal wear parts. The manufacturer shall repair and/or replace any parts proven to be defective, within the guarantee period, freight on board (FOB) the job site at the manufacturer's expense. C. During the warranty period, the pump supplier will be responsible to provide a trained Manufacturer's representative to make all adjustments, repairs and replace all defective material and equipment at no cost to the Owner. The Owner shall include all costs incurred by the manufacturer, including travel and expenses, under the terms of the warranty. D. The manufacturer(s) shall certify that authorized service personnel reside no more than 300 miles from the installation. PART 2 -PRODUCTS 2.01 GENERAL A. The equipment specified herein shall be model NT-3301.095 dry pit submersible pump as manufactured by Flygt Products and supplied by Xylem Water Solutions USA, Inc. B. Furnish and install 3 dry pit submersible non-clog wastewater pumps. Each pump shall be equipped with a 85 horsepower submersible electric motor, connect for operation on 460 volts, 3 phase, 60 hertz, 3 wire service, with an adequate length of submersible cable for the wire routing shown on the plans, suitable for submersible pump applications. The power cable shall be sized according to NEC and ICEA standards and shall meet P-MSHA Approval. 2.02 PERFORMANCE REQUIREMENTS A. Equipment Operation: 1. The equipment shall be specifically designed to pump raw unscreened sewage, biosolids, or other media containing solids and/or rags and other fibrous materials without clogging. 2. The pumps shall be designed for continuous operation and will be operated continuously under normal service. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Dry Pit Submersible Pumps 11328-6 B. Conditions of Operation: Each pump shall be capable of providing the following hydraulic conditions: Parameter Value Number of Units 3 Speed Type Constant Nominal Speed (rpm) 1,750 Volute Size (inches) prepared for flush valve 6 Discharge Connection Flange Size (inches) 8 Suction Connection Flange Size (inches) 10 Guaranteed Design Point (full speed) Flow (gpm) 1,180 Total Dynamic Head (ft) 159 Minimum Efficiency(%) 68 Maximum NPSH-Required (ft) 17.1 Shut-off Head (ft) 240 Second Design Point (full speed) Flow (gpm) 1,430 Total Dynamic Head (ft) 144 Minimum Efficiency (%) 71 Maximum NPSH-Required (ft) 19 Third Design Point (full speed) Flow (gpm) 1,570 Total Dynamic Head (ft) 136 Minimum Efficiency(%) 72 Maximum NPSH-Reauired (ft) 19.2 Maximum Brake Horsepower (HP) 97 Nominal Motor Horsepower (HP) 85 1. Pump input power requirements shall not exceed the motor nameplate brake horsepower at any point on the pump operating curve from shutoff to runout. 2. Pump characteristic curve shall continuously rise from minimum head to shutoff with no intermediate dips. 2.03 PUMP A. Design: 1. The pump shall be capable of operating in a continuous non-submerged condition in vertical position in a dry pit installation and permanently connected to inlet and outlet pipes. Pump shall be of submersible construction and will continue to operate satisfactorily should the dry pit become subject to flooding. 2. The shall be supplied with a mating cast iron 10 inch suction connection and 8 inch discharge connection and be capable of delivering. B. Construction and Materials: 1. Major pump components shall be of grey cast iron, ASTM A-48 Class 35B with smooth surfaces devoid of blow holes or other irregularities. 2. The lifting handle shall be stainless steel. 3. All exposed nuts or bots shall be of stainless steel construction. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Dry Pit Submersible Pumps 11328-7 0 0 -------------------------------------------·------------- C. 4. factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. Sealing. All mating surfaces in pump casing and in motor housing shall be machined and fitted with nitrile 0-rings for watertight seal. Fittings will be the result of controlled compression of rubber 0-rings in two plans and 0-ring contact of four sides without the requirement of a specific torque limit. Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall not be considered as adequate or equal. No secondary sealing compounds, elliptical 0-rings, grease or other devices shall be used. Impeller: Impeller shall be of Hard-IronTM, ASTM A-532 (alloy IIIA) 25% chrome cast iron dynamically balanced, semi-open, multi-vane, back-swept, screw-shaped, non-clog design. l. Leading edges shall be mechanically self-cleaned automatically upon each rotation as they pass across a spiral groove located on the volute suction. The screw-shaped leading edge shall be hardened to Re 60 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter normally found in wastewater. 2. Screw shape of the impeller inlet shall provide an inducing effect for the handling of up to 5% sludge and rag-laden wastewater. 3. Impeller to volute clearance shall be readily adjustable by means of a single trim screw. 4. Impellers shall be locked to the shaft, held by an impeller bolt and shall be coated with alkyd resin primer. D. Volute/Suction Cover: Pump Volute shall be a single piece grey cast iron or ASTM A-48, Class 35B, non-concentric design with smooth passages of sufficient size to pass any solids that may enter the impeller. l. Volute shall have a replaceable suction cover insert ring in which are cast spiral-shaped, sharp-edged grooves. The spiral grooves shall provide trash release pathways and sharp edges across which each impeller vane leading edge shall cross during rotation so to remain unobstructed. The insert ring shall be cast of ASTM A-48, class 35B grey iron or ASTM A-532 (Alloy IIIA) 25% chrome cast iron and provide effective sealing between the multi- vane semi-open impeller and the volute housing. 2.04 MOTOR A. Submersible Type Motor Design: The motors shall be of the submersible type, suitable for full- load, continuous operation either completely dry or fully submerged in the pumped liquid of up to 65 foot depths. 1. Motor shall be a NEMA B design, induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber. 2. Stator windings shall be insulated with moisture resistant Class H insulation rated for l 80°C. The stator shall be insulated by the trickle impregnation method using Class H monomer-free polyester resin resulting in a winding fill factor of at least 95%. Motor shall be inverter duty rated in accordance with NEMA MG l, Part 31. Stator shall be heat-shrink fitted into the cast iron stator housing. The use of pins, bolts, screws or other fastening devices used to locate or hold the stator and that penetrate the stator housing are not acceptable. 3. Motor shall be designed for continuous duty while handling pumped media ofup to l 04°F. The motor shall be capable of no less than 30 evenly spaced starts per hour. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Dry Pit Submersible Pumps 11328 - 8 4. The rotor bars and short circuit rings shall be made of aluminum. 5. Three thermal switches shall be embedded in the stator end coils, on per phase winding, to monitor the stator temperature. These thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the motor control panel. 6. The junction chamber shall be sealed off from the stator housing and shall contain a terminal board for connection of power and pilot sensor cables using threaded compression type terminals. The use of wire nuts and crimp-type connectors is not acceptable. 7. Motor service factor shall be 1.15 and shall have a voltage tolerance of +/-10%. The motor shall be designed for continuous operation in up to a 40°C ambient and shall have a NEMA Class B maximum operating temperature rise of 80°C. 8. A motor performance chart shall be provided upon request exhibiting curves for motor torque, current, power factor, input/output kW and efficiency. The chart shall also include data on motor starting and no-load characteristics. 9. Motors shall be 85 hp, 1,750 rpm nominal speed, 3 phase, 60 cycle, 460 volt. B. Cooling Jacket: Motors will be cooled with a recirculating externally cooled ethylene glycol system. 1. Each unit shall be equipped with an integral motor cooling system. A stainless steel motor cooling jacket shall encircle the stator housing. 2. An impeller, integral to the cooling system and driven by the pump shaft shall provide the necessary circulation of the cooling liquid through the jacket. The cooling liquid shall pass about the stator housing in the closed loop system in turbulent flow provided for superior heat transfer. 3. The cooling system shall have one fill port and one drain port integral to the coolingjacket. 4. The cooling system shall provide for continuous pump operation in liquid or ambient temperatures of up to 104 °F. Operational restrictions at temperatures below 104 °F are not acceptable. 5. Fans, blowers, or auxiliary cooling systems that are mounted external to the pump motor are not acceptable. C. Cable Entry Sealing: Motor cable-entry seal design shall preclude torque requirement to ensure a watertight and submersible seal. 1. Cable entry shall consist of dual cylindrical elastomer grommets, flanked by washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter. 2. The grommets shall be compressed by the cable entry unit, thus providing a strain relief function. 3. Cable entry junction chamber and motor shall be sealed from each other, which shall isolate the stator housing from foreign material gaining access through the pump top. 4. Epoxies silicones, or other secondary sealing systems shall not be considered equal. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Dry Pit Submersible Pumps 11328 -9 D. E. Mechanical Shaft Sealing: Each pump shall be provided with a positively driven dual, tandem mechanical shaft seal system consisting of two seal sets, each having an independent spring. I. The lower primary seal, located between the pump and seal chamber, shall contain one stationary and one positively driven rotating corrosion resistant tungsten-carbide ring. Mounting of the lower seal on the impeller hub is not acceptable. 2. The upper secondary seal, located between the seal chamber and the seal inspection chamber shall be a leakage free seal. The upper seal shall contain one stationary and one positively driven rotating corrosion resistant tungsten carbide seal ring. The rotating seal ring shall have small back-swept grooves laser inscribed upon its face to act as a pump as it rotates, returning any fluid that should enter the dry motor chamber back into the lubricant chamber. 3. All seal rings shall be individual solid sintered rings. Each seal interface shall be held in place by its own spring system. The seals shall not depend upon direction of rotations for sealing. 4. Shaft seals without positively drive rotating member or conventional double mechanical seals containing either a common single or double spring acting between the upper and lower seal are not acceptable. 5. The seal springs shall be isolated from the pumped media to prevent materials from packing around them. 6. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and shall provide capacity for lubricant expansion. The seal lubricant chamber shall have one drain and one inspection plug that are accessible from the exterior of the motor unit. The seal system shall not rely upon the pumped media for lubrication. 7. The area about the exterior of the lower mechanical seal in the cast iron housing shall have cast in an integral concentric spiral groove. 8. A separate seal leakage chamber shall be provided so that any leakage that may occur past the upper, secondary mechanical seal will be captured prior to entry into the motor stator housing. Such seal leakage shall not contaminate the motor lower bearing. The leakage chamber shall be equipped with a float type switch that will signal if the chamber should reach 50% capacity. Bearings: Integral pump/motor shaft shall rotate on two bearings. l. The bearings shall be sealed and permanently grease lubricated with high temperature grease. 2. The upper motor hearing shall be a two row angular contact ball bearing. 3. The lower bearing shall be a two row angular contact ball bearing to handle the thrust and radial forces. 4. The minimum Lio bearing life shall be 50,000 hours at any usable portion of the pump curve. 2.05 PUMP SHAFT A. The pump and motor shaft shall be a single piece unit. The pump shaft is an extension of the motor shaft. The shaft shall be ASTM/ AISI 431 stainless steel. Shafts using mechanical couplings shall not be acceptable. Shaft sleeves are not acceptable. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Dry Pit Submersible Pumps 11328-10 2.06 PROTECTION DEVICES A. The motor shall be provided with the following protection devices: 1. Pump motor stator shall incorporate three thermal switches, one per stator phase winding and be connected in series, to monitor the temperature of the motor. Should the thermal switches open, the motor shall stop and activate an alarm. A float switch shall be installed in the seal leakage chamber and will activate if leakage into the chamber reaches 50% chamber capacity, signaling the need to schedule an inspection. The thermal switches and float switch shall be connected to a Mini CAS control and status monitoring unit. The Mini CAS unit shall be designed to be mounted in the pump control panel. 2.07 MOUNTING A. The pump shall be supported by a reinforced concrete pedestal base constructed by the Contractor with openings large enough to permit access to the suction line and to the inspection opening in the suction elbow. The base shall be rugged enough to support the full weight of the pump and motor, and the legs of the pedestal shall be of such a length that the suction elbow of the pump will not touch the floor or level foundation upon which it stands. B. The pump manufacturer shall provide a matching metal pump support frame designed specifically for use with the specified pump with the dimensions and features shown on the drawings. C. The combined pump base and support frame shall be provided with access to a port on the pump for manual cleaning. 2.08 FASTENERS AND ANCHOR BOLTS A. All fasteners shall_ be Type 316 stainless steel unless otherwise indicated in this specification. All threaded fasteners shall be coated with a nickel based anti-seize thread lubricant prior to assembly. B. All anchor bolts required for the equipment mounting shall be Type 316 stainless steel unless otherwise indicated in this specification. Anchor bolts shall be ample size and strength for the purpose intended. 2.09 PROTECTIVE COATINGS A. Protective coating shall be in conformance with Spec Section 09800. PART 3 -EXECUTION 3.01 PRODUCT DELIVERY, STORAGE, AND HANDLING A. The equipment shall be shipped completely assembled. It shall be·capable of being set in place and field erected by the Contractor with minimal field assembly. B. Packaging shall be as required to prevent damage during shipment and unloading. C. Deliver materials to the site to ensure uninterrupted progress of the work. Deliver anchor bolts and anchorage devices which are to be embedded in cast-in-place concrete in ample time not to delay that work. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Dry Pit Submersible Pumps 11328-11 0 0 C D. The Owner shall store and temporarily support equipment prior to installation in strict accordance with the manufacturer's recommendations and instructions. Protect all exposed surfaces. Protect all equipment from being contaminated by dust, dirt, vibration and moisture. Keep records of the storage parameters and the dates that storage procedures were performed. Temporarily connect equipment with built in space heaters to a power source and keep heaters in operation. Rotate all shafts that have bearings on at least a monthly basis. E. Handle all equipment and materials very carefully. Damaged equipment and materials will not be acceptable. Protect all bolt threads, etc. from damage and corrosion. Protect all factory applied coatings from damage during shipment, unloading, storage and installation. 3.02 INSTALLATION A. Installation of equipment shall be in accordance with the Manufacturer's recommendations. B. All piping will be supported so as to preclude the possibility of exerting undue forces and moments on the equipment pipe connections or flanges. Each equipment unit shall be mounted on a flat and level concrete pad suitable for supporting the dead weight of the unit. C. All electrical connections shall be in conformance with requirements of the most recent edition of the National Electric Code. 3.03 MANUFACTURER'S FIELD SERVICES A. The Manufacturer shall provide the services of a competent and experienced factory-trained service representative for one (1) trip for a minimum of three (3) 8-hour days to provide inspection of installation, equipment startup, and operator and maintenance personnel training services. The representative shall ensure that the equipment is handled and installed according to the Manufacturer's recommended procedures. During the initial operation, the representative shall instruct the operation and maintenance personnel of the City on any important operation and maintenance features of the equipment. B. The Owner shall notify the pump supplier/manufacturer's representative seven (7) days prior to the scheduled day for initial start-up. C. After installation supervision service by the Manufacturer, the Manufacturer shall submit to the Owner within 14 days a letter, on the Manufacturer's letterhead, certifying that the equipment was installed per the Manufacturer's recommendations. 3.04 FIELD TESTING A. Prior to equipment startup, the Owner, with the assistance of the manufacturer's representative, shall inspect all equipment for proper assembly and alignment, quiet operation, and proper operation. B. The equipment shall be field tested after erection in the presence of the Owner to confirm and verify the structural and mechanical compliance to the specification. The field acceptance test shall include demonstrating that the equipment operates without alarms, unintended shutdowns, vibration, jamming or overheating and perform the specified functions satisfactorily for eight consecutive hours to be considered ready for startup. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Dry Pit Submersible Pumps 11328-12 C. Field test using flow meters and pressure gauges to demonstrate mechanical integrity and compliance with hydraulic performance criteria in this spec and with shop performance tests and vibration limitations. The tests shall demonstrate that the equipment operates in the manner intended. D. Operate the equipment through the design performance range consistent with available flows. Adjust, balance, and calibrate and verify that the equipment, safety devices, controls, and process system operate within the design conditions. Response shall be checked for each equipment item and alarm. 3.05 INSTALLATION, OPERATION AND MAINTENANCE MANUAL A. In addition to the normal Installation, Operation, and Maintenance manuals required by the contract, a spare manual will be shipped with the unit in order to allow for proper operation of the equipment prior to the release of all final Installation, Operation, and Maintenance manuals. B. A copy of all information from functional tests, including data, worksheets, and other materials shall be turned over to the Owner at the completion of the testing program. No. Batiquitos LS Pump Replacement Design Contract No. 5517 END OF SECTION September 2014 Dry Pit Submersible Pumps 11328 -13 0 C PART 1 -GENERAL 1.01 SECTION INCLUDES SECTION 14600 HOISTS AND CRANES A. Free standing work station bridge crane for the dry well interior of the pump station and mechanical manual chain fall hoist for the existing monorail on the exterior of the pump station. 1.02 RELATED SECTIONS A. Section 03300 -Cast-in-Place Concrete: Concrete slab to receive free standing work station bridge crane. 1.03 REFERENCES A. American Institute of Steel Construction (AISC) -Manual of Steel Construction, Part 5, Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts. B. American National Standards Institute (ANSI) ANSI B30. l 1 -Monorails and Underhung Cranes. C. American Society for Testing and Materials (ASTM) A36 -Carbon Structural Steel. D. American Society for Testing and Materials (ASTM) A325 -Structural Bolts, Steel, Heat Treated, 120/150 ksi Minimum Tensile Strength. E. American Society for Testing and Materials (ASTM) A490 -Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. F. American Society for Testing and Materials (ASTM) B22I -Aluminum-Alloy Extruded Bar, Rod, Wire, Shape, and Tube. G. American Welding Society (AWS) Dl.1 -Structural Welding Code. H. Occupational Safety and Health Administration (OSHA) -Specification 1910.179 -Overhead and Gantry Cranes. 1.04 SUBMITT ALS A. Submit under provisions of General Provisions 2-5.3. B. Product Data and Shop Drawings: Manufacturer's data sheets on each product to be used, including: 1. Low headroom integral trolley and hoist for use on I-beam bridge. 2. Bridge end trucks and trolleys for use on I-beam bridge runways, as manufactured by Harrington, or equal. 3. Preparation instructions and recommendations. 4. Storage and handling requirements and recommendations. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Hoists and Cranes 14600-1 5. Installation methods. C. Shop Drawings: 1. Shop drawings showing configuration, dimensions, service area (hoist lift area), and construction and installation details. Provide the minimum hoist lift area shown on the plans. 2. Describe capacities, performance, operation, and applied forces to foundation. Provide detailed structural design calculations signed by a registered State of California Structural Engineer including all details of construction and anchoring. Meet or exceed the minimum requirements for attachment of the four comer posts to the existing reinforced concrete floor, as shown per Detail 3 on Drawing M-3 of the contract drawings. Include comer post anchoring in signed calculations. 3. Provide detailed fabrication and erection drawings. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in designing and manufacturing cranes with 25 years successful experience. B. Installer Qualifications: Company experienced in assembly and installation of cranes with 5 years successful experience and acceptable to crane manufacturer. 1. Perform welding by certified operators in accordance with A WS D 14.1. 2. Bolted connections shall be in accordance with torque tightening procedures specified in AISC Manual, Part 5. 3. Clearly label crane with rated load capacity. Place label at height and location easily read from floor level and loading position. 1.06 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 1.07 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. 1.08 WARRANTY A. Manufacturer's Warranty: On manufacturer's standard form, in which manufacturer agrees to repair or replace assemblies and components that fail in materials and workmanship within warranty period from date of Substantial Completion. 1. 5 years or 10,000 hours warranty for manual push-pull work station crane products to cover defects in materials and workmanship. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Hoists and Cranes 14600-2 0 0 PART 2 -PRODUCTS ,-.... ~ 2.01 MANUFACTURERS A. Acceptable Manufacturer: Free Standing Bridge Crane: Demag Cranes & Components Corp. Phone 1-440-248-2400, Fax 1- 440-248-3874. B. Requests for substitutions will be considered in accordance with provisions of Section O 1600. 2.02 BRIDGE CRANES A. Performance: 1. Crane shall provide coverage of rectangular area of size indicated on Drawings and consist of: a. Support structure requiring only primary structural support without longitudinal or lateral bracing. b. Two rigid, parallel runways. Cranes with more than two runways or with articulating runways are not acceptable. c. Rigid, single girder bridge moving perpendicular to runways or monorail. 2. Modular, Pre-Engineered Design: Crane system shall be capable of expansion, disassembly and relocation, and accepting additional or multiple mixed capacity bridges. a. Crane shall be designed, fabricated, and installed in accordance with ANSI B30. l 1, and OSHA 1910.179. 3. Productivity Ratio: Crane shall be designed to manually move load with maximum force of 1/100 load weight. 4. Runway and Bridge Track: I-beam type with maximum deflection of 1/450 span based on capacity plus 15 percent for lifting device weight. 5. Crane Operating Temperature: 5 to 200 degrees F (-15 to 93 C). 6. Crane shall be designed to withstand: a. Structural design shall include full rated load capacity plus 15 percent for hoist and trolley weight and 25 percent impact factor for speed of lifting device and weight of tooling. b. Crane and hoist dead load. c. Live load capacity equal to net rated hook load: 4000 pounds (1816 kg). d. Inertia forces from crane and load movement. B. Free Standing Bridge Crane: Work station, bridge crane with free standing support structure, two runways, bridge moving perpendicular to runways, and equipped with end trucks, hoist trolley, bumpers, and other accessories. I. Acceptable Manufacturer and Model: a. Workstation Bridge Crane with I-beam steel runways supported at 30 feet maximum. as manufactured by Demag, or approved equal. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Hoists and Cranes 14600-3 2. Construction: Fabricate from ASTM A36 steel sections with finished ends and surfaces. 3. Support Structure: Support crane runways with frames consisting of two columns and horizontal header. a. Columns: Square tubes with bottom base plate and top header plate. b. Header: Fabricated from two back-to-back channels spaced apart and joined with welded end plates or a wide flange header. Provide clamp plates, threaded rods, lock washers, and hex nuts for attaching header to column. c. Hanger Assemblies: Provide each support frame with pair of hanger assemblies that provide a rigid connection for suspending runways. Assembly to consist of clamp angle, clamp plates, threaded rods, lock washers, and hex nuts. 4. Runways: Steel I-beam track. 5. Bridge: Single girder truss designed for 4000 lb. capacities with cantilevered on both ends, as shown on the plans. 6. Bridge: Single Girder I-Beam. a. Track: Enclosed, box track designed for trolleys and festoon carriers to ride on lower inside flanges. Fabricate lower running flanges with 2 degrees taper to center trolley within track. Flat, non-centering tracks are not acceptable. 7. End Trucks: Rigid frame end truck designed to ride inside enclosed runway track and connect to and suspend bridge. a. Construction: Stamped steel fabrication with both vertical and horizontal wheels to prevent binding in runway. Designs with welds in tension are not acceptable. b. Wheels: Removable, self-centering wheels with sealed lifetime lubricated bearings. Vertical wheels shall be tapered 2 degrees to match track profile. Non- removable or non-tapered wheels are not acceptable. Steel wheels are not acceptable. c. Drop lugs: Provide on both sides of truck to limit truck drop in the event of wheel, axle, or load bar failure. d. Connection to the bridge: Provide a rigid connection between bridge and end truck. Articulating connections with threaded hardware are not acceptable. e. Designed for easy attachment of peripherals. 8. Hoist Trolley: Rigid-body trolley designed to ride inside enclosed track of bridge and to carry hoist and load. Articulating trolleys are not acceptable. a. Construction: Two-piece stamped steel body with two wheels each side and tapered clevis positioning hoist hook at center of trolley so load weight is evenly distributed to all four trolley wheels. Provide removable clevis pin of type and size determined by manufacturer for specified capacity. Trolleys with non-removable clevis pins are not acceptable. Holes provided in body for mechanical connections. b. Wheels: Removable, self-centering wheels with sealed lifetime lubricated bearings. Vertical wheels shall be tapered 2 degrees to match track profile. Non-removable or non-tapered wheels are not acceptable. Steel wheels are not acceptable. c. Drop Lugs: Provide on both sides of trolley to limit trolley drop in the event of wheel, axle, or load bar failure. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Hoists and Cranes 14600-4 0 0 d. Designed for easy attachment of peripherals. 9. End Stops: Molded composite, resilient bumper installed in runway and bridge tracks to prevent end trucks, hoist trolley, and festoon carriers from rolling out of track. Bolt stops without energy absorbing bumper are not acceptable. 10. Acceptable. 2.03 LOW HEADROOM TROLLEY HOIST A. Features: 1. Trolley and hoist shall be integral with a low headroom design and shall have a 2-ton capacity. Top of bottom I-beam flange to lift surface of hook shall not exceed 16.5-inches. Maximum length of trolley shall be 13.8-inches. Maximum pull to lift full load will not exceed 92 pounds. 2. Trolley shall be a push type suitable for moving smoothly on cast-iron flanged wheels equipped with sealed, lubed-for-life ball bearings. Trolley wheels shall accommodate tapered or flat-flanged beams and particularly shall be suitable for use on the provided bridge crane I-Beam. 3. Hoist shall have Grade 100 heat-treated manganese alloy load chain. Forged and heat- treated alloy steel hooks shall be designed to open slowly and not fracture under load. B. Performance: 1. Hoist shall be manufactured for exterior conditions. 2. Hoist shall be equipped with a 10-feet lifting capability 3. Lifting capacity shall be 4,000 lb minimum 4. Meets or exceed all CMAA and ANSI requirements for Class C hoists C. Manufacture: 1. Provide test certificate verifying that trolley and hoist have been factory tested to 125% of rated capacity, in accordance with ASME B30.16 requirements. 2. Integral trolley and hoist shall be Harrington Model NTH020, or approved equal. 2.04 SHOP FINISHING A. Steel: Steam wash steel crane components with iron phosphate solution and apply blue or yellow baked enamel finish per Specification Section 09800. B. Aluminum: Mill finish. C. Provide spray can of matching color, air-drying paint for field touch-up. PART 3 -EXECUTION 3.01 EXAMINATION A. Do not ship bridge crane to site or begin installation until after the installation of the new pumps, valves, and piping have already been installed. Confirm column locations and center to center No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Hoists and Cranes 14600-5 dimensions. Confirm bridge configuration and I-beam bridge length to meet OSHA clearance requirements and to avoid physical conflict with ventilation ducting, electrical conduit, reinforced concrete structure, new pumps, piping, valves, etc. B. Verify that accurate crane applied forces and anchor bolt patterns are provided for foundation design and include in structural calculations required for submittal. Coordinate with minimum bridge crane footing requirements detailed on the project plans. 3.02 CRANE INSTALLATION A. Install crane and accessories in accordance with manufacturer's instructions and shop drawings. B. Do not modify crane components in any manner without advance, written approval by crane manufacturer. C. Clearances for moving crane components: 1. 3 inches (76 mm) minimum vertical clearance from any overhead obstruction. 2. 2 inches (51 mm) minimum horizontal clearance from any lateral obstruction. 3. Prior to applying proper torque to the bolts, ensure runways are: a. Level to within plus or minus 1/8 inch in 20 feet (3 mm in 6.1 m). b. Parallel with opposite runway to within plus or minus (3 mm in 6.1 m). 3.03 HOIST INSTALLATION A. Install hoist and accessories to bridge monorail in accordance with manufacturer's instructions 3.04 FIELD QUALITY CONTROL A. Move bridge and hoist trolley through entire travel to ensure crane is clear of obstructions and · moves freely and smoothly. B. Inspect installed crane. Verify all bolts are tight and lock washers fully compressed. C. Field test crane and accessories for operating functions. Ensure crane movement is smooth and proper. Adjust as required and correct deficiencies. D. Clean surfaces. If necessary, touch-up paint damage, scratches, and blemishes with manufacturer provided matching paint. E. Protect crane from other construction operations. 3.05 DEMONSTRATING AND TRAINING A. Provide demonstration and training session for Owner's representative covering operation and maintenance. 3.06 PROTECTION A. Protect installed products until completion of project. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Hoists and Cranes 14600-6 0 0 B. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Hoists and Cranes 14600-7 SECTION 15051 GENERAL PIPING STIPULATIONS PART 1 -GENERAL 1.01 SCOPE A. These General piping Stipulations apply in general to all piping. They shall supplement the detailed piping section and the Standard Specifications for Public Works Construction (SSPWC or Greenbook), latest edition. Where a conflict exists between this Specification and the SSPWC, this specification shall govern. B. Submittals: 1. Sizing calculations for thrust blocks and restrained length of pipe adjacent to bends and fittings. 2. Shop drawings for all pipe supports complying with General Provisions 2-5.3, including details of concrete inserts. 1.02 WORK PAYMENT A. Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto, including all Work and materials specified herein and as may be required to complete this portion of the Work. PART 2 -PRODUCTS (NOT APPLICABLE) PART 3 -EXECUTION 3.01 GENERAL REQUIREMENTS A. Suitable caps or blind flanges shall be furnished on all pipes or branches that are to be left unconnected. B. Piping runs materials and installation details shown on the Drawings and specified herein shall be followed. If piping modifications and/or relocations are deemed necessary by the Contractor, complete layout drawings and material lists shall be submitted to the City for review. C. Where piping passes through the walls of tanks or channels below water surface or where detailed on the plans to have a wall collar, the wall pipe shall be cast directly into the concrete, and sleeves or blockouts will not be acceptable unless specifically noted otherwise on the Drawings or approved by the City. Above the water surface or through dry walls either a sleeve, blockout or a link-seal may be used unless specifically noted otherwise on the Drawings. D. In the event that the pipe material is not called out on the Drawings or specified otherwise, the Contractor shall notify the City. The Contractor may assume that all pipes, buried and exposed, shall be ductile iron pipe unless specified otherwise. The Contractor shall not install any piping or No. Batiquitos LS Pump Replacement Design General Piping Stipulations 15051 -1 Contract No. 5517 September 2014 0 0 shall not order any piping that does not have a specific material called out until the City has "-' reviewed and confirmed the material for the intended service. 3.02 THRUST RESTRAINT A. The Contractor shall furnish and install concrete thrust blocks, restraining glands, or other approved thrust restraint systems, at all buried valves, fittings, joints or any other components of all piping systems subject to pumped or pressurized flow, or otherwise indicated on the Plans or Specifications as requiring restrained joints. The thrust restraint method used shall be designed to withstand the maximum internal line pressures created during testing of each particular line. The Contractor shall assume sole responsibility for sizing and providing adequate thrust restraint for all buried pipelines. 3.03 HANDLING A. Pipe, fittings, valves, and accessories shall be handled in a manner that will ensure installation in sound, undamaged condition. Equipment, tools, and methods used in unloading, reloading, hauling, and laying pipe and fittings shall be such that they are not damaged. Hooks inserted in ends of pipe shall have broad, well padded contact surfaces. B. Pipe and fittings in which the lining has been broken or loosened shall be replaced by and at the expense of the Contractor. Where the damaged areas are small and readily accessible, the Contractor may be permitted to repair the lining, subject to review by the City. C. All pipe coating which has been damaged shall be repaired by the Contractor before installing the pipe. 3.04 CLEANING A. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter before being installed, and shall be kept clean until the work has been accepted. All lumps, blisters, and excess coating shall be removed from exterior spigot and interior bell surfaces. Such surfaces shall be wire brushed and wiped clean and dry and free from oil and grease before placing the spigot in the bell. All joint contact surfaces shall be kept clean until the jointing is completed. B. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being installed. No debris, tools, clothing, or other materials shall be placed in the pipe. C. Prior to installation of piping, valves and fittings in structures, all sacking and concrete preparation shall be completed and the work area shall be maintained in a broom clean condition during the pipe installation. 3.05 CUTTING A. Cutting shall be done in a neat manner without damage to the pipe or lining. Pipe cuts shall be smooth, straight, and at right angles to the pipe axis. All cutting of pipe shall be done with mechanical pipe cutters designed for the specific work required. All cut ends shall be, if applicable, reamed to full bore before assembling. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Piping Stipulations 15051 -2 3.06 CONNECTIONS WITH EXISTING PIPELINES A. Where tie-ins to existing piping are required, the Contractor shall provide all materials, equipment, and labor including all temporary piping, pumping, or other equipment required to dewater existing piping or structures and all fittings and transition pieces required to connect new piping with existing. Materials of existing piping indicated on the Drawings and the locations and dimensions indicated on the Drawings are approximations only. The Contractor shall field verify all dimensions, locations, and materials of construction of existing piping and shall make all modifications required including furnishing and installing all transition pieces and fittings required for a complete and operable system. The Contractor shall report all field verified deviations to the City as described in these Specifications. Each connection with an existing pipe shall be made at a time and under conditions which will least interfere with operations affected thereby, and as authorized by the City. Facilities shall be provided by the Contractor for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. B. Special care shall be taken to prevent contamination when dewatering, cutting into, and making connections with existing pipe. No trench water, mud, or other contaminating substances shall be permitted to get into the lines. 3.07 AS-BUILTDRAWINGS A. B. The Contractor shall prepare and submit two complete sets of as-built pipe drawings. They shall be separate, clean bond paper prints reserved for the purpose of showing a complete picture of the piping and valve work actually installed. These drawings shall be kept current on a weekly basis with the construction. Upon completion of the work, these record drawings shall be signed by the Contractor, dated, and returned to the City for review. As-Built Record Drawing submittal and review are conditions for final acceptance. C. Horizontal and vertical location of all yard piping installed on the job shall be confirmed on the As- ·built redlines. If any pipe, fittings, valves, or appurtenances are installed differently than shown on the plans, the Contractor shall survey the installed pipe, in the presence of the City prior to backfill, and provide detailed dimensions, northing-eastings, and/or elevations as required to accurately record the piping location as installed. Information shall also be recorded on As-Builts for existing piping encountered during work that is not correctly represented on the plans. 3.08 SPOOL PIECES A. Where spool pieces, flanged groov~d, or mechanical joint pipes, are shown on the plans, it shall be the Contractor's responsibility to verify pipe spool lengths prior to fabrication. Locations of the existing structures, piping, and equipment shall be verified in preparing piping layouts. 3.09 UNIONS AND FLANGES A. Unions and/or flanges shall be installed on both sides of all equipment and where required to facilitate easy removal of valve, etc. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Piping Stipulations 15051-3 0 3.10 INSULATING FLANGE KIT A. When indicated on the Drawings, or where incompatible pipe materials come in contact, except for the use of valves, isolate from each other with Insulating flange kits. Insulating flange kits shall consist of an insulating flange gasket between two (2) flanges, insulating sleeves on all bolts and studs ( full width of mated flanges), insulating washers, and Type 316 stainless steel hardware. 3.11 PIPE IDENTIFICATION A. Piping. 1. Identification of piping other than potable water piping shall conform to ANSI A 13 .1. All unburied pipe including tubing, galvanized pipe and polyvinyl chloride pipe shall be coated in accordance with Section 11328 of these Specifications. 2. Stenciled and painted labels identifying the specific nature of the pipe contents shall be affixed on the pipe to complete the pipe identification. The Contractor shall submit to the City for review a complete listing of all piping label titles and label color schemes. Labels shall be of the self-sticking type with letter sizes in accordance with ANSI A 13 .1. Straight pipelines shall be identified at intervals of 20 feet, and at least once in each area. Piping shall also be identified within 2 feet of all turns, valves and branches. On all exposed piping, black arrows of the appropriate size shall be applied adjacent to the nameplate to indicate the flow direction. Labels shall be as manufactured by W.H. Brady Co., or equal. 3.12 PIPE REQUIREMENTS AT EXPANSION JOINT CROSSINGS A. Above Grade Piping. The Contractor shall furnish and install expansion fittings on all pipelines as required to accommodate structural expansion considerations. B. Below Grade Concrete Encased Piping. Where it is required that below grade piping be concrete encased, the Contractor shall coordinate the location of pipeline mechanical joints or mechanical couplings with the locations of encasement expansion joints. 3.13 SALVAGED VALVES, FLANGES, AND COUPLINGS A. All piping materials designated to be removed and disposed of shall be removed and disposed of by the Contractor at a legal point of disposal at his expense unless otherwise noted on the Drawings or specified herein or as directed by the City. 3.14 PIPE SUPPORTS A. General. 1. Contractor is responsible for furnishing pipe supports for all above grade piping, whether or not the supports are shown on the Drawings. It is the responsibility of the Contractor to adequately space and size the supports. Supports shall be of sufficient design and spacing to withstand all static, dynamic, and seismic loads, with appropriate safety factors. Where supports are not shown on the Drawings, the Contractor shall provide stainless steel supports. Maximum allowable spacing for pipe supports is ten feet. Maximum allowable spacing for certain types of pipe is less than ten feet where shown or specified. The Contractor shall ensure that supports, anchor bolts, and bolt embedment are suitable for design loads with a minimum safety factor of 3. All pipes, whether horizontal, or vertical, shall be supported to prevent lateral sway and visible deflection. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Piping Stipulations 15051 -4 2. All pipe and appurtenances connected to equipment shall be supported in such a manner as to prevent any strain being imposed on the equipment. 3. All pipe and tubing shall be supported as required to prevent significant stresses in the pipe or tubing material, valves, and fittings and to support and secure the pipe in the intended position and alignment. All supports shall be designed to adequately secure the pipe against excessive dislocation due to thermal expansion and contraction, internal flow forces, and all probable external forces such as equipment, pipe, and personnel contact. All pipe supports shall be submitted for review prior to installation. 4. Hangers and supports shall be spaced in accordance with ANSI B31. l.O, unless noted otherwise on the Contract Drawings, or specified herein. 5. Metal piping shall be supported at intervals of not more than ten feet with a minimum of one support per pipe section at pipe fittings, valves and flowmeters. There shall be no noticeable sagging of piping between supports. 6. Piping shall be rigidly anchored to walls and ceilings by means of suitable pipe hangers or wall brackets. Concrete inserts shall be used for the support of piping hangers wherever practicable. Where it is necessary to install hangers or supports after the concrete has been poured or other masonry work is finished, Type 316 stainless steel thread rod with epoxy adhesive shall be used unless noted otherwise on the Contract Drawings. Unless otherwise shown or specified, hangers shall be of adjustable split-ring swivel type, Grinnell Figure 104, or equal. Strap hangers will not be acceptable. 7. 8. All miscellaneous piping, including valves and devices therein, shall be supported approximately 1-1/2 inches from walls and ceilings on suitable brackets. All uninsulated PVC or fiberglass piping shall be protected from local stress concentrations at each support point. Protection shall be provided by Type 316 stainless steel protection shields or other method as approved by the City. Where pipes are bottom supported 180 degrees, arc shields shall be furnished. Where 360 degrees of support is required, such as U bolts, protection shields shall be provided for the entire pipe circumference. Protection shields shall have an 18 gauge minimum thickness, not be less than 12 inches in length and be securely fastened to the pipe with Type 316 stainless steel metal straps not less than 1/2 inch wide. 9. Where pipe hangers and supports come in contact with copper piping, provide protection from galvanic corrosion by; wrapping pipe with 1/16-inch thick neoprene sheet material and galvanized protection shield; or provide copper plated or PVC coated hangers and supports. 10. Epoxy adhesive anchor bolts shall be sized and installed per the 2012 IBC. 11. Any required pipe supports for which the supports specified in this Section are not applicable shall be fabricated or constructed, as part of the work of this section, from standard structural steel shapes, concrete, and anchor hardware similar to items previously specified herein and shall be subject to the approval of the City. 12. All supports and hangers shall be crated, delivered and uncrated so as to protect against any damage. 13. All parts shall be properly protected so that no damage or deterioration shall occur during a prolonged delay from the time of shipment until installation is completed. 14. Finished iron or steel surfaces not galvanized or painted shall be properly protected to prevent rust and corrosion. No. Batiquitos LS Pump Replacement Design General Piping Stipulations 15051 -5 Contract No. 5517 September 2014 0 0 15. B. Design. Unless otherwise specified herein, pipe hangers and supports shall be as manufactured by Grinnell Company, Tolco -Division of Cooper Industries, or equal. Any reference to a specific figure number of a specific manufacturer is for the purpose of establishing a type and quality of product and shall not be considered as proprietary. Any item comparable in type, style, materials, quality and performance shall be considered as equal. 1. All supports and parts shall conform to the latest requirements of the ANSI Code for Pressure Piping B31.1.0, and MSS Standard Practice SP-58, SP-69 and SP-89, and shall be sized for a Site Class D Seismic area, except as supplemented or modified by the requirements of this specification. 2. "C" type beam clamps will not be allowed. 3. Designs generally accepted as exemplifying good engineering practice, using stock or production parts, shall be utilized wherever possible. 4. All pipes, horizontal and vertical, requiring rigid support shall be supported by the Contractor by methods as described herein. Supports shall be provided at changes in direction and elsewhere as shown on the Drawings or specified herein. 5. All pipe supports shall have liberal strength and stiffness to support the respective pipes under the maximum combination of peak loading conditions, to include pipe weight, liquid weight, liquid movement, and pressure forces, thermal expansion and contraction, vibrations, and all probable externally applied forces. 6. Accurate weight balance calculations shall be made by the Contractor to determine the required supporting force at each hanger location and the pipe weight load at each equipment connection. 7. Pipe hangers shall be capable of supporting the pipe in all conditions of operation. They shall allow free expansion and contraction of the piping, and prevent excessive stress resulting from transferred weight being induced into the pipe or connected equipment. 8. All rigid hangers shall provide a means of vertical adjustment after erection. 9. If vibration is encountered after the piping system is in operation, appropriate vibration control equipment will be installed at the direction of the City's Representative at no additional cost to the City. 10. Hanger rods shall be subject to tensile loading only. At hanger locations where lateral or axial movement is anticipated, suitable linkage shall be provided to permit swing. 11. Where horizontal piping movements are greater than 1/2 inch, or where the hanger rod angularity from the vertical is greater than 4 degrees from the cold to hot position of the pipe, the hanger pipe and structural attachments shall be offset in such a manner that the rod is vertical in the hot position. 12. Hangers shall be designed so that they cannot become disengaged by movements of the supported pipe. 13. Metallic piping 2-1/2 inch or larger diameter shall be supported at a maximum spacing of ten feet with a minimum of one support per pipe section at pipe fittings, valves and flow meters unless shown otherwise on the Drawings. 14. Support spacing for metallic piping 2-inch diameter and smaller and copper tubing shall not exceed five feet unless shown otherwise on the Drawings. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Piping Stipulations 15051 - 6 C. 15. Supports for multiple PVC plastic p1pmg shall be continuous wherever possible. Individually supported PVC pipes shall be supported as recommended by the manufacturer except that support-spacing shall not exceed three feet. Multiple, suspended, horizontal plastic PVC pipe runs, where possible, shall be supported by ladder type cable trays such as the Electray Ladder by MP Husky or equal. Ladder shall be of mild steel construction. Rung spacing shall be 12-inch. Tray width shall be approximately 6-inch for single runs and 12-inch for double runs. Ladder type cable trays shall be furnished complete with all hanger rods, rod couplings, concrete inserts, hanger clips, etc., required for a complete support system. Individual plastic pipes shall be secured to the rungs of the cable tray by strap clamps or fasteners. Spacing between clamps shall not exceed 10 feet. The cable trays shall provide continuous support along the length of the pipe. Individual clamps, hangers, and supports in contact with PVC pipe shall provide firm support but not so firm as to prevent longitudinal movement due to thermal expansion and contraction. 16. All vertical pipes shall be supported at each floor or at intervals of not more than ten feet by approved pipe collars, clamps, brackets, or wall rests, and at all points necessary to ensure rigid construction. 17. Supports shall be provided at changes in direction and elsewhere as shown in the Drawings or specified herein. No piping shall be supported from other piping or from metal stairs, ladders, and walkways, unless specifically directed or authorized by the City. 18. Contractor shall provide suitable method of support for pipes connecting to plastic storage tanks. Where supports connect directly to tank, Contractor shall ensure that tanks are supplied with molded lugs or connection points, where required. Installation. 1. All pipes, horizontal and vertical, shall be rigidly supported by approved supports. Supports shall be provided at changes in direction and elsewhere as shown on the Drawings or specified herein. No piping shall be supported from other piping or from metal stairs, ladders, and walkways, unless specifically directed or authorized by the City. 2. Pipe supports shall be provided to minimize lateral forces through valves, both sides of split type couplings, and sleeve type couplings and to minimize all pipe forces on pump housings. Pump housings shall not be utilized to support connecting pipes. 3. All vertical pipes shall be supported at intervals not to exceed ten feet by approved pipe collars, clamps, brackets, or wall rests, and at all points necessary to insure rigid construction. 4. Pipe supports shall not result in point loadings but shall distribute pipe loads evenly along the pipe circumference. 5. Pipe supports shall not be placed under equipment where such support could damage equipment or void equipment warranty, such as under the body of a magnetic flow meter. 6. Effects of thermal expansion and contraction of the pipe shall be accounted for in pipe support selection and installation. 7. Inserts for pipe hangers and supports shall be installed on existing concrete walls and ceilings. Before setting these items, all Drawings and figures which have a direct bearing on the pipe location shall be checked. 8. Continuous metal inserts shall be embedded flush with the concrete surface. No. Batiquitos LS Pump Replacement Design General Piping Stipulations 15051 - 7 Contract No. 5517 September 2014 0 0 3.15 WALL PIPE MECHANICAL SEALS A. General: 1. All wall pipes shown on the Drawings shall be installed with a mechanical seal. Wall openings sizes and types provided by the Contractor shall be selected according to the proposed mechanical seal manufacturer's recommendations. 2. Sufficient quantity and type of mechanical seal shall be supplied to effectively provide a hydrostatic seal. 3. Each seal shall be conspicuously and permanently identified with the name of the manufacturer and the model number. 4. Wall pipe mechanical seals shall be installed according to the Manufacturer's written instructions and recommendations. B. Design: C. 1. All mechanical seals shall be modular type consisting of inter-locking synthetic rubber links shaped to continuously fill the annular space between the pipe and the wall opening. The elastomeric element shall be sized and selected per the manufacturer's recommendations and have properties as designated by ASTM. Provide Nitrile elastomer. Provide green coloration throughout elastomer for positive field inspection. 2. Mechanical seal pressure plates shall be molded of glass reinforced nylon. Mechanical seal hardware shall be sized according to the manufacturer's technical data. Provide all 316 stainless steel hardware. Manufacturer: 1. Provide one of the following mechanical seal systems: a. "Link-Seal Modular Seal" assembly as manufactured by PSI/Thunderline/Link- Seal. b. Or Approved Equal 3.16 PIPE SLEEVES A. In Slab Construction. Schedule 40, Type 316 stainless steel pipe with nailing lugs. Sleeves shall be set in forms before concrete is poured and shall extend ~ inch above floor. B. In Concrete Wall. Schedule 40, Type 316 stainless steel pipe with nailing lugs, set in forms before concrete is poured. C. Positioning and Placement. Sleeves shall be positioned and held in place with temporary, external supports. Fastening the sleeves to the structural reinforcing or any other intended or incidental contact of the sleeve with the re bar or other embedments shall not be allowed. D. Coating. All metallic pipes, wall sleeves, and conduits encased in cast-in-place concrete structures shall be coated with an acceptable dielectric coating to prevent pipe contact with the concrete and/or reinforcing steel. Dielectric coating shall be epoxy material conforming to A WW A C2 l O or A WW A C 116. Surface preparation, multi-coat application, and total dry film thickness shall conform to A WW A standard minimums and manufacturer's recommendations, whichever is No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 General Piping Stipulations 15051 - 8 greater. Embedments shall be inspected prior to concrete placement and any damage to the coating system shall be repaired in accordance with the manufacturer's written recommendations. 3.17 HOLES IN STRUCTURAL ELEMENTS A. No holes for pipe or equipment will be allowed in any structural members (except where noted on the drawings) without consent of the City. Sleeve for holes through new concrete construction shall be placed in forms before pouring of concrete. Should any additional holes be required throl,lgh structural members, or where notching, boring or cutting of the structure is necessary, the work shall be done as directed by the City. The Contractor shall, at a time in advance of the work, furnish information and/or drawings pertaining to his requirements for these openings. Should the furnishing of this information be neglected, delayed, or incorrect, additional cutting found to be required shall be performed by the Contractor at no additional cost to the City. Any piping that has to pierce waterproof construction shall be done with care. The opening made by this piping shall be waterproofed and made watertight in a manner acceptable to the City. 3.18 PAINTING A. Ferrous surfaces, except those designated elsewhere in these specifications or on the drawings as galvanized or stainless steel, shall be shop primed. Before priming all sharp edges, burrs, welded joints, and projections, shall be ground smooth and all edges and comers rounded. B. Surfaces of valves, operators, etc. which will be inaccessible after assembly shall be painted or otherwise protected before assembly by a method which provides protection for the life of the equipment. The Contractor shall furnish brand new equipment to replace any equipment which the City determines to be damaged beyond repair by rust or mishandling, etc., while in storage or during installation by the Contractor. Name plates shall not be painted. C. Electric motors, drives, and other equipment that would be damaged by sandblasting shall be cleaned per the requirements of Section 310-2.2, "Hand Cleaning", or Section 310-2.4, "Power Tool Cleaning" of the SSPWC. Following cleaning, the components shall be shop primed with a rust inhibitive primer and finish coated with a high quality industrial alkyd enamel. The equipment supplier shall certify, by letter included with the equipment/materials submittal that the Section 09800, (Painting) subcontractor was consulted and confirmed that the proposed primer and finish coating described above is compatible with the approved Section 09800 painting scheme. After delivery to the jobsite, the surfaces shall be inspected and evaluated. The Section 09800, (Painting) subcontractor shall prepare and apply a final coat of paint to the equipment in the field. D. Machined, polished, and other ferrous and non-ferrous surfaces which are not to be painted shall be coated with rust preventative compound, Houghton "Rust Veto 344 ", or approved equal. Should rust occur during shipment and/or storage, the Contractor shall be responsible for correction as determined by the City. E. Copper, bronze, chromium plate, nickel, stainless steel, monel metal, lead, lead coated copper, and brass are not to be painted or finished unless called for in other parts of the Specifications or on the Drawings or as recommended by the manufacturer. F. Galvanizing, where called for in the Specifications or on the plans shall be hot dip process conforming to ASTM A-123 and the appropriate American Hot Dip Galvanizers Association, Inc., Specifications. Galvanize in the largest practical units after fabrication. All galvanizing shall be done using a hot dipping process. Electroplating will not be accepted. After installation, scratched or ungalvanized surfaces shall be galvanized as directed by the City. No. Batiquitos LS Pump Replacement Design General Piping Stipulations 15051 -9 ContractNo. 5517 September2014 G. Unless otherwise specified, all above ground ferrous metal valves, fittings, piping, etc. shall be shop primed for protection during delivery and storage. The shop-applied primer shall be removed by the Section 09800, (Painting) subcontractor in the field and recoated per Section 09800 unless proof of compatibility can be provided between shop-applied primer and finish coats per specification 09800. H. Buried ferrous metal valves, fittings, piping, etc. shall be coated by the manufacturer to meet the requirements specified elsewhere in the Specifications. I. Submerged ferrous metal valves, fittings, piping, etc. shall be primed by the manufacturer as described for above ground components and shall be sandblasted and recoated in the field by the Section 1 lXXX, (Painting) subcontractor. J. All piping and equipment shall be painted after complete installation, with the exception of flow meters. 3.19 DRAWINGS AND DATA A. Engineering drawings and piping submittals shall be in accordance with General Provisions 2-5.3 of these Specifications. In addition, the following piping items shall be submitted for approval: 1. Items specifically called for in the detailed pipe sections. 2. Any major relocations of piping from what is detailed on the engineering drawings. 3. Any change of materials, jointing methods, or supports from what is detailed on the engineering drawings or what is specified. 4. Complete descriptive information regarding proposed thrust restraint methods, materials, and design calculations as required. 5. Complete list of piping identification label titles and color schemes. 6. Pipe support drawings, details, and calculations where required. END OF SECTION No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 General Piping Stipulations 15051 -IO PART I -GENERAL 1.01 DESCRIPTION SECTION 15061 DUCTILE IRON PIPE A. Work Included: Ductile iron piping shall be furnished and installed complete with fittings, jointing materials and accessories, pipe supports, anchors, blocking and other appurtenances which are shown on the drawings or are required for proper installation and functioning of the piping system. B. General Piping Stipulations: The General Piping Stipulations shall apply to piping furnished under this section. C. Painting: Painting shall be as required in Division 09800 of these Specifications. 1.02 REFERENCES A. 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. ANSI B2.1 ANSI B16.1 ANSI Bl8.2.l AWWACllO (ANSI A21.10) AWWAClll (ANSI C21.l 1) AWWAC115 (ANSI A21.15) AWWACI51 (ANSI 21.51) 1.03 SUBMITTALS Pipe Threads (Except Dry Seal) Cast Iron Pipe Flanges and Flanged Fittings Square and Hex Bolts and Screws Standard for Gray Iron and Ductile Iron Fittings, 3 Inch Through 48 Inch, for Water and other Liquids Standard for Rubber Gasket Joints Ductile Iron Pressure Pipe and Fittings Standard for Ductile Iron Pipe with Threaded Flanges Standard for Ductile Iron Pipe Centrifugally Cast, in Metal Molds or Sand Lined Molds for Water or Other Liquids A. The Contractor shall provide the following: 1. Shop drawings. 2. Alignment drawings. 3. Certification that such length of pipe has been tested physically for ductility and has satisfactorily passed such tests. 4. Certifications as specified in the following documents: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Ductile Iron Pipe 15061 - l 0 0 A WWA Cl 51, Section 5.1.1.2 ANSI 21.52, Paragraph 52-4.2 ASTM A 716, Paragraph 4.2 A WWA Cl 10, Section 5.1 A WWA Cl 11, Section 5.2 AWWAC115 1.04 WORK PAYMENT A. Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto, including all Work and materials specified herein and as may be required to complete this portion of the Work. PART 2 -PRODUCTS 2.01 MATERIAL AND DESIGN STANDARDS A. General: Ductile iron pipe, ductile and cast iron fittings and appurtenances shall conform to the applicable requirements of Section 207-9 "Iron Pipe and Fittings" of the Standard Specifications and the following material and design criteria, except where otherwise shown or specified. B. Pipe: 1. 4" to 54": a. ANSI/AWWA C151/A21.51 ductile iron pipe, centrifugally cast in metal molds; ANSI/ A WW A C 104/ A21.4 cement mortar lining unless otherwise indicated or specified. Provide ceramic epoxy lining for sewage service. b. For above and below ground ductile iron pipe with push-on or mechanical joints, use Class 350 for sizes 3" to 12" and Class 250 for sizes greater than 12", unless otherwise stated. c. For flanged pipe, use Class 53 (minimum). d. For grooved pipe in all sizes, use Class 53 (minimum). Conform to A WW A C606. 2. All Sizes: a. All grooved ductile iron pipe, shall be grooved at the factory prior to shipment. C. Fittings: Ductile iron fittings for use with ductile iron pipe shall be new, of current manufacture, and shall conform to ANSI/ A WW A C-110/ A21.10-latest edition. Ductile iron fittings shall be lined as specified herein. Ends shall be flanged, grooved, or mechanical joint as shown on the Drawings. All fittings for ductile iron pipe shall meet, as a minimum, the requirements of the following standards: 1. 3" to 48": ANSI/A WWA Cl l0/A21.10; DI; ANSI B16.1; Class125 Flanges D. Flanges: 1. 3" to 54": ANSI/A WWA Cl 15/A21.15, ANSI B16.1. DI; Class 125 drill and face. Flanges furnished for flanged ductile iron pipe shall be constructed of ductile iron. Cast iron flanges No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Ductile Iron Pipe 15061 - 2 are not acceptable. Flanges for ductile iron pipe shall be supplied and assembled by the ductile iron pipe manufacturer prior to shipment to the job site. E. Bolts: 1. Mechanical Joint: Type 3 16 stainless steel. 2. Flange: a. Above Ground: Type 3 16 stainless steel b. Below Ground: ASTM Al 93, Grade B8M (Type 316 stainless steel); ANSI B 18.21 heavy hex pattern head; ANSI B 1.1 coarse thread series, Class 2A fit. F. Nuts: 1. Mechanical Joint: Type 316 stainless steel. 2. Flange: a. Above Ground: Type 316 stainless steel b. Below Ground: ASTM Al94, Grade B8M (Type 316 stainless steel); ANSI B 18.2.2 heavy hex pattern; ANSI B 1.1 course thread series, Class 2B fit. G. Threaded Connections: ANSI B2. l NPT H. Casting Embedded in Concrete: Ends and length as required (see drawings); fittings poured flush in concrete walls shall have tapped flanges. 2.02 JOINTS A. General: 1. Above Grade Pipe and Fittings: All above grade ductile iron pipe and fittings shall have flanged joints. 2. Below Grade Pipe: Except where otherwise shown or specified, all buried ductile iron pipe shall have restrained push-on joints. 3. Below Grade Fittings: Except where otherwise shown or specified, all buried ductile iron fittings shall be restrained mechanical joints. B. Flanged Joints: Where steel flanges are bolted to ductile or cast iron flanges, flat faced flanges shall be used. In flange fittings and pipe, holes shall straddle the horizontal and vertical centerlines. C. Threaded Connections: Threaded connections shall be NPT according to ANSI B2.1. A boss or tapping saddle shall be provided whenever wall thickness at the tapped connection is less than the minimum length of thread L,, as defined in Table 2 ANSI B2.1. Service saddles shall have two stainless steel straps, a stainless steel body, and a neoprene gasket seal. D. Restrained Push-on Joints: Restrained push-on joints shall consist of Tyton Joint pipe sockets and Field Lok 350 gaskets. E. Mechanical Joints: 1. Mechanical joints shall consist of a bell with an integrally cast flange, gasket, and gland. Mechanical joints shall conform to A WW A C 111. Joints shall be rated for 250 psi working pressure. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Ductile Iron Pipe 15061 - 3 2. Restrained mechanical joints shall utilize EBAA Iron Series 1100 MEGALUG Mechanical Joint Restraints. 2.03 PIPE COATING AND LINING A. Exterior Surfaces Not Underground: Exterior surfaces of pipe, fittings, couplings, supports and accessories not underground shall be painted as specified in Section 09800. Exposed ductile iron pipe shall be shipped to site with factory primer and without any asphaltic coating. B. Exterior Surfaces Underground: All buried ductile iron pipe, ductile iron fittings, and ductile or cast iron valves shall be wax tape coated (in the field) and shall also be installed with a double wrapped polyethylene encasement. Polyethylene encasement shall be provided and installed per the requirements of A WW A Cl 05. Each layer of polyethylene shall have a minimum thickness of 8-mils. Provide 2-feet of overlap at all joints. Close all seams and overlaps with 2-inch-wide, pressure-sensitive tape. Install polyethylene per DIP manufacturer's, polyethylene manufacturer's and DIPRA's recommendations. C. Interior Surface Clean (Potable, Non-Corrosive) Piping: Unless otherwise shown or specified, lining for ductile iron pipe and fittings as shown in Piping Schedule as Pipe ID I shall be cement mortar lined and shall receive a seal coat in accordance with ANSI A2 l .4. D. Interior Surface Wastewater Piping. Unless otherwise shown or specified, lining for ductile iron pipe and fittings shall be Protecto 401 ceramic epoxy lining as manufactured by Induron [Birmingham, Alabama (205) 324-9524) with a nominal 40 mil dry film thickness, or City Approved Equal. 2.04 SEEP RINGS A. Seep rings shall be installed on wall pipe or slab pipe when shown on the Drawings. B. Seep rings shall be constructed of the same material as the pipe which is it being installed on. Seep rings shall be a minimum of 1/4 inch thick and 3 inch annular width (total of 6 inches larger than pipe outside diameter. Seep ring shall be welded to the pipe with a continuous fillet weld on both sides. C. Seep ring shall be positioned on the pipe such that the seep ring is center in the wall. 2.05 MANUFACTURERS A. Provide ductile iron pipe and fittings as shown on the Drawings and specified herein. All ductile iron pipe and fittings shall be manufactured in America, no exceptions. B. Ductile iron pipe shall be manufactured by one of the following: l. US Pipe 2. American Pipe 3. Pacific States Cast Iron Pipe 4. Clow Water Systems 5. Griffin Pipe Products C. Ductile iron fittings shall be manufactured by one of the following: No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Ductile Iron Pipe 15061 - 4 1. Tyler Pipe 2. Union Foundry Co., Division of Mc Wane, Inc. 3. US Pipe 4. American Pipe 5. Clow Water Systems 6. Griffin Pipe Products PART 3 -EXECUTION 3.01 GENERAL A. Install ductile iron pipe in conformance with A WW A C600. B. Supports and anchorage shall be provided as shown on the plans and specified in Section 15051. C. Fittings shall be installed in accordance with the manufacturer's recommendations and as shown on the Drawings. 3.02 CONNECTIONS A. Threaded Connections: Pipe cutting, threading, and jointing shall conform to the requirements of ANSI Bl.20.1. B. Flanged Connections: Flanges shall be installed true and plumb. Raised face flanges shall not be bolted to flat faced flanges. C. Mechanical Pipe Coupling Connections: Mechanical couplings shall be installed in accordance with the Manufacturer's installation instructions. Joint restraint shall be installed where shown on the Drawings. 3.03 LINING AND COATING INSTALLATION A. Install lining system as indicated on the piping schedule in accordance with this specification and Section 09900, as applicable. Lining repairs shall be made in accordance with the Manufacturer's written instructions. B. Install coating system as indicated on the piping schedule in accordance with this specification and Section 09900, as applicable. 3.04 LEAKAGE TESTING A. Hydrostatic leak test shall be performed per Section 15052. 3.05 BONDING A. All buried ductile iron pipe and fittings shall be bonded per Section 15051 and City Standard 457. 3.06 CATHODIC PROTECTION A. Install cathodic protection on all buried ductile iron pipe per Section 15051. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Ductile Iron Pipe 15061 - 5 0 END OF SECTION No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Ductile Iron Pipe 15061 - 6 PART 1-GENERAL 1.01 SCOPE SECTION 15100 VALVES AND APPURTENANCES The Contractor shall furnish and install all valves complete with manual operators and specialty items, as shown on the Drawings and specified herein. 1.02 LISTS A. The Valve schedule is included in Division 15 of the Technical Specifications. This schedule is provided to assist the Contractor in organizing valve materials. The Contractor is responsible for confirming valve take-offs and shall furnish all valves indicated on the plans or required for a complete and operable system, regardless of its inclusion or exclusion from the valve schedule. B. Not all valves listed herein may be required under this contract. Refer to the Contract Drawings for valve call-outs and locations. Valves shall be of the type shown on the Drawings and specified in the Valve Schedule in Division 15. Valves provided as part of packaged equipment scopes of supply are specified in those equipment package specifications. All valves of the same type shall be of the same make unless otherwise directed by the Engineer. Equals may be substituted for manufacturers listed with approval by the Engineer. Valves shall be inline size except as shown otherwise on the Drawings. Ratings specified are minimum, and are water working pressure unless noted otherwise. C. This specification includes the following materials. Para2raph Material 2.01 Manual Operators 2.02 Extension Stems and Guides 2.03 Buried Valves 2.04 Valve Coating and Lining 2.05 Electric Motor Actuators 2.06 Proximity Switches 2.07 Plug Valves 2.08 Sewage Air Release Valves 2.09 Combination Air Release Valves 2.10 Ball Valves 2.11 Check Valves 2.12 Butterfly Valves 2.13 Gate Valves 2.14 Back-Pressure Regulating I Pressure Reducing Valves 2.15 Solenoid Valves No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Not Used Not Used Not Used Not Used Not Used Not Used Not Used Not Used Not Used Not Used Not Used Notes Design Valves and Appurtenances 15100 -1 0 Para2raph Material Notes 2.16 Vacuum Relief Valves Not Used 2.17 Pressure Relief Valves Not Used 2.18 Pinch Valves Not Used 2.19 Reduced Pressure Backflow Prevention Not Used Assembly 2.20 Fire Hydrants Not Used 2.21 Blower Air Check Valves Not Aoolicable 2.22 Tapping Saddles 1.03 RELATED SECTIONS A. General Equipment Provisions: The General Equipment Provisions shall apply to all equipment furnished under this section. B. Painting. Painting shall be as required in the General Equipment Provisions and as specified in Section 09800 of these Specifications. C. Galvanizing. Galvanizing shall conform to the applicable requirements of Section 210-3 "Galvanizing" of the Standard Specifications for Public Works Construction (SSPWC or Greenbook), current edition. D. Electrical Work. All electrical work shall be as specified in Division 16 of these Specifications. E. Anchor Bolts. All anchor bolts, nuts, and washers shall be Type 316 stainless steel and shall be furnished by the manufacturer. F. Instrumentation. Instrumentation and control systems shall be as shown on the drawings and as specified in Division 17 of these Specifications. G. Metals. Miscellaneous metal work shall be as specified in Division 5 of these Specifications and as shown on the drawings. H. Reference Standards: The work in this section shall comply with applicable provisions and recommendations of the following standards, except as otherwise shown or specified: l. American Gear Manufacturer's Association (AGMA) 2. American National Standards Institute (ANSI) 3. American Society of Civil Engineers (ASCE) 4. American Society of Mechanical Engineers (ASME) 5. American Society for Testing and Materials (ASTM) 6. American Welding Society (A WS) 7. American Water Works Association (A WW A) 8. Anti-Friction Bearing Manufacturer's Association (AFBMA) 9. Ductile Iron Pipe Research Association (DIPRA) l 0. Hydraulic Institute (HI) No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Design Valves and Appurtenances 15100 - 2 11. Institute of Electrical and Electronic Engineers (IEEE) 12. Insulated Power Cable Engineer's Association (IPCEA) 13. National Association of Corrosion Engineers (NACE) 14. National Electric Code (NEC) 15. National Electrical Manufacturer's Association (NEMA) 16. National Fire Protection Association (NFPA) 17. National Sanitation Foundation (NSF) 18. Standard Specifications for Public Works Construction (SSPWC, "Greenbook") 19. Steel Structures Painting Council (SSPC) 20. Uniform Building Code (UBC) 21. Underwriter's Laboratory (UL) 1.04 SUBMITT ALS A. Complete specifications, data and detailed drawings covering all valves on the Drawings and all items furnished under this Specification shall be submitted for review in accordance with the procedure set forth in General Provisions 2-5.3. B. Manufacturer literature and data on valves. C. Drawings and data submitted shall include piping layouts with factory performance test reports in accordance with A WW A standards. D. All valve submittals shall include a schedule explicitly identifying the installation location of the valves included in the submittal. The schedule shall identify valve features demonstrating conformance with this specification. The schedule shall also indicate operator orientation. E. Submit detailed drawings describing all materials of construction and dimensions for all appurtenances specified herein. F. Operating and Maintenance Manuals per Section O 1734. 1.05 OPERATION AND MAINTENANCE MANUALS A. Submit operations and maintenance manuals for the equipment in compliance with the Contract documents, prior to shipment. Manuals shall include: I. Name, address, and telephone number of the nearest competent service representative who can furnish parts and technical service. 2. Descriptive literature, including illustrations, covering the operational features of the equipment, specific for the particular installation, with all inapplicable information omitted or marked out. 3. Operating, maintenance and trouble shooting information. 4. Complete maintenance parts list. 5. Complete connection, interconnecting and assembly diagrams. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Design Valves and Appurtenances 15100 - 3 0 C ···-···-···----· 6. Approved shop drawings including complete electrical information. 1.06 QUALITY ASSURANCE A. All equipment shall be new and of current manufacture. The valve manufacturer shall be the primary source of information on all valves and appurtenances that they furnish for the job. 1.07 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site to insure uninterrupted progress of the work. Deliver anchor bolts and anchorage devices which are to be embedded in cast-in-place concrete in ample time not to delay that work. B. Packaging shall be as required to prevent damage during shipment and unloading. The Contractor shall inspect all deliveries upon arrival at the site. The Contractor shall immediately notify the Owner of any loss or damage to equipment or components. Replace losses and repair damage to new condition, in accordance with the manufacturer's instructions. C. Handle all equipment and materials very carefully. Damaged equipment and materials will not be acceptable. Protect all bolt threads, etc. from damage and corrosion. Protect all factory applied coatings from damage during shipment, unloading, storage and installation. D. All material and equipment shall be covered or stored in a manner which will prevent entry of deleterious matter. E. Refer to Section O 1620 for additional storage requirements. 1.08 GUARANTEE AND WARRANTY A. The Contractor shall obtain from the manufacturer a warranty for all material, valves, and appurtenances for one year from the date of substantial completion. B. During the warranty period, the Contractor shall provide the services of a trained manufacturer's representative to make all adjustments, repairs and replace all defective material, valves, and appurtenances at no cost to the Owner. C. The Contractor shall include all costs incurred by the manufacturer, including travel and expenses, under the terms of the warranty. PART 2 -PRODUCTS 2.01 MANUAL OPERATORS A. General: 1. Unless otherwise noted on the Drawings or specified herein, the direction of rotation of the wheel, wrench nut, or lever to open each valve shall be to the left (counterclockwise). Each valve body or operator shall have cast thereon the word OPEN and an arrow indicating the direction to open. 2. Operator mounting arrangements and hand wheel or chainwheel positions shall be as shown on the Drawings or as directed by the Owner. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Design Valves and Appurtenances 15100 - 4 B. Gearing: Unless otherwise shown or specified, 6 inch and larger plug and ball valves shall be provided with a weatherproof, enclosed worm gear operator. All submerged and buried gate, plug, ball, or butterfly valves shall be worm gear operated. All operators shall comply with A WW A standards. C. Wrench Nuts: Wrench nuts shall be provided on all buried valves, on all valves which are to be operated through floor grating and where shown on the Drawings. Unless otherwise directed by the Engineer, all wrench nuts shall comply with A WW A standards. Not less than two operating keys shall be furnished for operation of the wrench nut operated valves. D. Handwheel: Unless noted otherwise or specified, all valves shall be provided with a manual operator of the handwheel type. The maximum torque required on the handwheel under the most adverse conditions specified herein shall not exceed 40 ft-lbs, and the maximum force required on the rim of the handwheel shall not exceed 40 pounds. 2.02 EXTENSION STEMS AND STEM GUIDES (NOT USED) 2.03 BURIED VALVES (NOT USED 2.04 VALVE COATING AND LINING A. All valves furnished in this Section shall receive an exterior coating per Section 09900, unless stated otherwise herein. Provide factory primer compatible with painting systems specified in Section 09800. B. Unless otherwise specified, the interior of all valves shall be supplied with manufacturer standard coating system. In all cases, valve lining shall be suitable for the intended service. 2.05 ELECTRIC MOTOR ACTUATORS (NOT USED) 2.06 PROXIMITY SWITCHES (NOT USED) 2.07 PLUG VALVES A. General: Provide full (100%) ported plug valves for wastewater service. Valves shall be non- lubricated, eccentric type with resilient faced plugs and shall be furnished with end connections as shown on the plans. B. Size: Refer to valve schedule C. Connections: As indicated on the plans: 1. Flanged: Comply with ANSI B.16, class 125 flange drilling 2. Grooved End: Comply with A WW A C-606 3. Mechanical Joint: Comply with A WW A C 111 D. Service: Refer to valve schedule E. Pressure Rating, Class: 175 psi F. Materials of Construction: No. Batiquitos LS Pump Replacement Contract No. 5 517 September 2014 Design Valves and Appurtenances 15100 - 5 0 0 ,I""' \..., 1. Body, Bonnet: Cast Iron, ASTM A 126, Class B 2. Plug: Ductile Iron, ASTM A536, Grade 65-45-12 or Cast Iron; Resilient NBR Acrylonitrile-Butadiene or Buna-N facing 3. Bearings: Type 316 Stainless Steel 4. Hardware: Type 316 Stainless Steel 5. 6. 0-rings and Packing: Non-asbestos filler in Styrene-Butadiene Rubber binder (NBR) Seat: Nickel G. Coating: Interior and exterior surfaces shall be coated with fusion-bonded epoxy; 12-mils minimum thickness. H. Manufacturer. DeZurik "PEF", Valmatic "Cam-Centric", or Owner-Approved Equal. 2.08 SEWAGE AIR RELEASE VALVES (NOT USED) 2.09 COMBINATION AIR RELEASE VALVES (NOT USED) 2.10 BALL VALVES (NOT USED) 2.11 CHECKVALVES A. General: Valves furnished under this section shall be of the full body flanged type, with a full size domed access cover and only two moving parts: the flexible disc and the disc accelerator. B. Size: Refer to project drawings C. Service: Refer to project drawings D. Connections: As indicated on the plans: 1. Flanged: Comply with ANSI B.16, class 125 flange drilling E. Pressure Rating, Class: 1. Each valve must satisfactorily operate for flows ranging between 1,200 to 1,800 gpm, and for steady-state pressures ranging between 50 to 75 psi (for flows up to 1,800 gpm), or 150 psi for hydrostatic test pressure. The valve's position indicator must move sufficiently at the lowest flow rate of the indicated range. F. Design Features: 1. Valve Body: The valve body shall have full flow equal to nominal pipe diameter at all points through the valve. Valves shall be capable of passing a 3-inch diameter sphere (minimum). The seating surface shall be on a 45 degree angle to minimize disc travel. A threaded port with backflow actuator shall be provided on the bottom of the valve to allow for field back flushing without having to remove the valve from the line. 2. Top Access Port: The top access port shall be full size, allowing removal of the disc without removing the valve from the line. The access cover shall be domed in shape to provide flushing action over the disc for operation in lines containing high solids content. A threaded port with pipe plug shall be provided in the access cover to allow for installation of a mechanical, disc position indicator. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Design Valves and Appurtenances 15100 - 6 3. Disc: The disc shall be of one-piece molded construction; precision molded with an integral o-ring type sealing surface, and shall contain alloy steel and nylon reinforcement in the flexible hinge area. The flex portion of the disc shall be warranted for twenty-five years. Non-slam closing characteristics shall be provided through a short 35 degree disc stroke and a disc accelerator. 4. Disc Accelerator: The disc accelerator shall be of one piece construction and shall provide rapid closure of the valve in high head applications. The disc accelerator shall be enclosed within the valve and shall be field adjustable and replaceable without removal of the valve from the line. The disc accelerator shall be securely held in place by being captured between the cover and disc. It shall be formed with a large radius to allow smooth movement over the disc surface. 5. Valve Disc Factory Test: The valve disc shall be cycle tested one million times in accordance with ANSI/A WW A C508 and shall show no signs of wear, cracking, or distortion to the valve disc or seat, and shall remain drop tight at both high and low pressures. The test results shall be independently certified. G. Materials of Construction: 1. Valve Body: The valve body and cover shall be constructed of ASTM A536 Grade 65-45- 12 ductile iron. 2. Disc: The disc shall be precision molded Buna-N (NBR), ASTM D2000-BG. 3. Disc Accelerator: The disc accelerator shall be type 302 stainless steel. H. Accessories (to be provided for each check valve): 1. Position Indicator: A mechanical indicator shall provide disc position indication. The indicator shall have continuous contact with the disc under all operating conditions to ensure accurate disc position indication. I. Coating: Exterior surfaces shall be coated per Section 09800. Interior surfaces shall be coated with fusion-bonded epoxy. J. Manufacturer: Val-Matic "Surge Buster" Check Valve, Series 7200; or Owner-Approved Equal. 2.12 BUTTERFLYVALVES(NOTUSED) A. 2.13 GATEVALVES(NOTUSED) A. No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Design Valves and Appurtenances 15100 -7 ,,-.. \..., 2.14 BACK PRESSURE REGULATING/PRESSURE REDUCING VALVES (NOT APPLICABLE) 2.15 SOLENOID VALVES (NOT APPLICABLE) 2.16 VACUUM RELIEF VALVES (NOT APPLICABLE) 2.17 PRESSURE RELIEF VALVE (NOT USED) A. 2.18 PINCH VALVE (NOT APPLICABLE) 2.19 REDUCED PRESSURE BACKFLOW PREVENTION ASSEMBLY (NOT APPLICABLE) 2.20 FIRE HYDRANTS (NOT APPLICABLE) 2.21 BLOWER AIR CHECK VALVES (NOT APPLICABLE) 2.22 TAPPING SADDLES A. General: When tapping saddles are used, the saddle shall have an outlet for the service connection that will allow an NPT or A WW A thread to be tapped into it. The saddle shall incorporate a pipe supporting wrap-around design utilizing bales, hex nuts, and washers to secure the saddle to the pipe and prevent rocking or creeping. The gasket shall have an hydro-mechanical lip that seals better on the pipe surface as the line content pressure increases. The gasket shall be fully cemented into a cavity to hold it in place around the outlet during installation. B. Installation: Contractor shall install the saddle according to the manufacture recommendations. C. Materials of Construction: 1. Body: Ductile Iron ASTM A536 2. Bales: Carbond Steel ASTM-A 108 or HSLA (C 111) electro-galvanized with di-chromate steel ASTM-B633 3. Nuts: Cold formed semi-finished heavy hex steel A563 electro-galvanized with di- chromate seal ASTMB633 4. Washers: Carbon Steel ASTM-A108, electro-galvanized with a di-chromate seal ASTM- B633 5. Gasket: Nitrile (Buna N) compounded to resist -oil, acids alkalies, most (aliphatic) hydrocarbon fluids, water and many chemicals. Temperature -20 F to 180 F 6. Finish: Fusion bonded Epoxy D. Manufacturer: Smith-Blair, Inc., 311,313 or approved equal No. Batiquitos LS Pump Replacement Contract No. 5517 September 2014 Design Valves and Appurtenances 15100 - 8 PART 3 -EXECUTION 3.01 GENERAL A. Install all valves plumb and level. B. Pressure test all pressure reducing, relief, and pressure control valves in the presence of the Owner. Confirm adherence to recommended pressure settings. No. Batiquitos LS Pump Replacement Contract No. 5517 END OF SECTION September 2014 Design Valves and Appurtenances 15100 -9 0 SECTION 16050 ELECTRICAL GENERAL PROVISIONS PART I -GENERAL 1.01 REQUIREMENTS A. Provide all tools, supplies, materials, equipment, and all labor necessary for the furnishing, construction, installation, testing, and operation of all electrical work and appurtenant work necessary to provide a complete and operable electrical system, all in accordance with the requirements of the Contract Documents. B. Make all field connections and terminations to all motors, switchgear, panels, control equipment and devices, instruments, and to all vendor-furnished packaged equipment as required by these Specifications. The provisions of this Section shall apply to all electrical items specified in the various Sections of Division 16 of these Specifications, except where otherwise specified or shown in the Contract Documents. C. Furnish and install all materials and incidentals required to complete the electrical work as specified herein. Typical materials which may be incidentals shall not be limited to terminal lugs not furnished with vendor-supplied equipment, compression connectors for cables, splices, junction and terminal boxes, and all control wires required by vendor-furnished equipment to interconnect with other equipment all specifically shown on the Contract Documents. 1.02 REFERENCE SPECIFICATIONS, CODES, AND ST AND ARDS A. All work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these specifications. B. NEC National Electrical Code, latest edition ANSI C80.1 ANSI C80.4 ANS1/UL467 ASTMB3 ICEA S-61-402 NEMA250 NEMAPB-1 UL6 UL44 UL 514 Zinc Coated, Rigid Steel Conduit, Specification for Fittings for Rigid Metal Conduit and Electrical Metallic Tubing, Specifications for Grounding and Bonding Equipment, Safety Standard for Soft or Annealed Copper Wire Thermoplastic -Insulated Wire and Cable Enclosures for Electrical Equipment (1,000 volts maximum) Panel boards Rigid Metal Electrical Conduit Rubber -Insulated Wire and Cable. Electrical Outlet Boxes and Fittings All equipment furnished by the Contractor shall be listed by and shall bear the label of Underwriters' Laboratories, Incorporated, (UL) or of an independent testing laboratory acceptable to the local Code-enforcement agency having jurisdiction. No. Batiquitos LS Pump Replacement Design Electrical General Provisions 16050-1 Contract No. 5517 September2014 C. The construction and installation of all electrical equipment and materials shall comply with all applicable provisions of the OSHA Safety and Health Standards (29CFR1910 and 29CFR1926, as applicable), State Building Standards, and applicable local codes and regulations. 1.03 PERMITS AND INSPECTION A. Permits shall be obtained and inspection fees shall be paid for as specified the General Conditions. B. Pay for any service charges required by the utility company for connection and tum-on. 1.04 CONTRACTOR SUBMITTALS A. Shop drawings and catalog data submittals shall be in accordance with General Provisions 2-5.3 - Contractor Submittals. 1. Submit complete material lists for the work of this Section. Such lists shall state manufacturer and brand name of each item or class of material. Also submit shop drawings for all grounding work not specifically shown. 2. Shop drawings are required for materials and equipment listed in other sections. Shop drawings shall provide sufficient information to evaluate the suitability of the proposed material or equipment for the intended use, and for compliance with these Specifications. The following shall be included: 3. Front, side, rear elevations and top views with dimensional data. 4. Location of conduit entrances and access plates. Component data. 5. 6. Connection diagrams, terminal numbers, internal wiring diagrams, conductor size, and cable numbers. 7. Method of anchoring, seismic requirement; weight. 8. Types of materials and finish. 9. Nameplates. 10. Temperature limitations, as applicable. 11. Voltage requirement, as applicable. 12. Front and rear access requirements. B. Catalog data shall be submitted to supplement all shop drawings. Catalog cuts, bulletins, brochures, or the like or photocopies of applicable pages thereof shall be submitted for mass produced, non- custom manufactured material. These catalog data sheets shall be stamped to indicate the project name, applicable Specification section and paragraph, model number, and options. This information shall be marked in spaces designated for such data in the stamp. 1.05 QUALITY ASSURANCE A. The Drawings diagrammatically indicate the desired location and arrangement of outlets, conduit runs, equipment, and other items. Exact locations shall be proposed by the Contractor and approved by the District in the field based on the physical size and arrangement of equipment, finished elevations, and other obstructions. Locations shown on the Drawings, however, shall be adhered to as closely as possible. No. Batiquitos LS Pump Replacement Design ContractNo. 5517 September2014 Electrical General Provisions 16050-2 B. Conduit and equipment shall be installed in such a manner as to avoid all obstructions and to preserve head room and keep openings and passageways clear. Lighting fixtures, switches, convenience outlets, and similar items shall be located within finished rooms, as shown. Where the Drawings do not indicate exact locations, such locations shall be obtained from the Engineer. Where equipment is installed without instruction and must be moved, it shall be moved without additional cost to the District. C. Install all materials and equipment in accordance with printed recommendations of the manufacturer which have been reviewed by the Engineer. Use workmen skilled in this type of work and coordinate installation in the field with other trades so that interference's are avoided. D. Do all work, including installation, connection, calibration, testing, adjustment, and paint touch- up, using qualified, experienced personnel working under continuous, competent supervision. The completed installation shall display competent work, reflecting adherence to prevailing industrial standards and methods. E. Provide adequate means for and shall fully protect all finished parts of the materials and equipment against damage from any cause during the progress of the work and until acceptable by the Engineer. F. Cover all materials and equipment, both in storage and during construction, in such a manner that no finished surfaces will be damaged, marred, or splattered with water, foam, plaster, or paint. Keep all moving parts clean and dry. G. Replace or have refinished by the manufacturer all damaged materials or equipment, including faceplates of panels and switchboard sections, at no expense to the District. H. Make all tests required by the Engineer or other authorities having jurisdictions. All such tests shall be witnessed by DISTRICT and be performed in the presence of the Engineer. Furnish all necessary testing equipment and pay all costs of tests, including all replacement parts and labor necessary due to damage resulting from damaged equipment or from test and correction of faulty installation. Do the following testing: 1. Testing for the ground resistance value specified under "Grounding," herein. 2. Insulation resistance tests as specified under "Wire and Cable," herein. 3. Operational testing of all equipment furnished and/or connected in other Sections of Division 16, Electrical, including furnishing of support labor for testing. I. Submit standard test reports for mass-produced equipment along with the shop drawing for such equipment. Submit test reports on testing specifically required for individual pieces of equipment to the Engineer for review prior to final acceptance of the project. J. Correct any test failure in accordance with the industry practices and in a manner satisfactory to the Engineer. 1.06 AREA DESIGNATIONS A. For purposes of delineating electrical enclosure and electrical installation requirements of this project, certain areas have been classified in the Contract Documents as defined below. Electrical installations within these areas shall conform to the referenced code requirements for the area involved. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Electrical General Provisions 16050-3 B. General Purpose Indoor Locations: Electrical work installed in areas which are not otherwise specifically classified shall be "General Purpose." Workmanship and enclosures shall comply with the general requirements of these Specifications. Electrical enclosures shall be NEMA Type 1. C. Outdoor and Damp Locations: In outdoor locations, raceway shall be PVC coated rigid galvanized steel conduit; entrances shall be threaded; and fittings shall have gasketed covers. Provisions shall be made to drain the fitting or conduit system. Threaded fastening hardware and Unistrut shall be stainless steel or PVC-coated steel. Raceway supports such as hanger rods, clamps, and brackets shall be stainless steel. Attachments or welded assemblies shall be galvanized after fabrication. Locations which are indoors and 2 feet below grade elevation or which are classified as damp locations on the Drawings shall have electrical installations which conform to the requirements for outdoor locations. "Damp locations" shall include drywells. D. Hazardous Locations: Wet well is classified as Class I, Division 1, Group D locations and all installation and equipment installed in wet well shall comply with these requirements. Conduit installations shall be in accordance with NEC Article 500. 1.07 CLEANUP A. In addition to the requirements of "Cleanup" in Section O 1700 -Project Closeout, thoroughly clean all parts of the materials and equipment. Thoroughly clean exposed parts of cement, plaster, and other materials. Remove all oil and grease spots with a non-flammable cleaning solvent. Carefully wipe such surfaces and scrape out all cracks and corners. Paint touch-up shall be applied to all scratches on panels and cabinets. Electrical cabinets or enclosures shall be vacuum-cleaned before final acceptance. B. During the progress of the work, clean the premises including metal filings and leave the premises and all portions of the site free of debris. 1.08 DEMOLITION AND RELATED WORK A. Perform all electrical demolition work as shown or specified. B. Do not reuse wire, conduit, junction boxes, fittings, supports and miscellaneous hardware removed as part of the demolition work. C. Wires and/or conduits which need to be extended shall be terminated in a new terminal box with terminal strips or splices. Identify wires and before disconnection and after reconnection. D. Electrical demolition work shall be as shown on the Drawings or as required by the Specifications. 1.09 INST ALLA TI ON OF NEW EQUIPMENT IN EXISTING STRUCTURES A. Installation for certain new equipment and devices' installation are required in existing structures. B. Under this phase of the work, to remove existing equipment or devices, install new equipment as required by these Specifications or by the Drawings, remove existing conductors from existing raceway, and pull new conductors in existing raceway, reconnect existing conductors or furnish and install new conduit and wires as required by the Drawings. Visit the site before bidding and carefully examine existing installation so that the bid will reflect all the work necessary to provide a complete installation so that the resulting installation will function as required by the Drawings and Specifications. Include in its bid price all costs of labor and materials necessary to complete installations. No. Batiquitos LS Pump Replacement Design Electrical General Provisions 16050-4 Contract No. 5517 September 2014 C 1.10 PLANNED PUMP STATION SHUTDOWNS A. Continuance of station operation during this upgrade process is important. Examine all work to be done in, on, or adjacent to existing equipment. Schedule work, subject to District's approval, to minimize required station shutdown time. Submit a written request, including sequence and duration of activities to be performed during station shutdown. B. Perform all switching, safety tagging, etc., required for station shutdown or to isolate existing equipment. In no case shall the Contractor begin any work in, on, or adjacent to existing equipment without written authorization by the District or the Engineer. 1.11 MODIFICATIONS TO EXISTING ELECTRICAL FACILITIES A. Make all modifications or alterations to existing electrical facilities required to successfully install and integrate the new electrical equipment as shown. Make all modifications to existing equipment, panels, or cabinets shall be made in a professional manner with all coatings repaired to match existing. Include the total costs for all modifications to existing electrical facilities required for a complete and operating system shall be included in the bid price and no additional payment for the work will be paid. Exercise extreme caution in digging trenches in order not to damage existing underground utilities. Pay cost of repairs of damages caused during construction. PART 2 -PRODUCTS 2.01 GENERAL A. All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label, where UL requirements apply. All equipment and materials shall be the products of experienced and reputable manufacturers in the industry. Similar items in the project shall be products of the same manufacturer. All equipment and materials shall be of industrial grade and standard of construction; shall be of sturdy design and manufacture; and shall be capable of reliable, trouble-free service. 2.02 GROUNDING A. All power and control conduits shall have ground conductors 2.03 RACEWAYS A. Raceway shall be manufactured in accordance with UL and ANSI standards and shall bear UL label as applicable. B. Galvanized Rigid Steel (GRS) Conduit C. 1. Rigid steel conduits and fittings shall be full weight, mild steel, hot-dip galvanized and zinc bichromate coated inside and outside after galvanizing. 2. Rigid steel conduit shall be manufactured in accordance with UL Standard No.6 and ANSI 80-1. 3. Rigid steel conduit shall be manufactured by Triangle PWC, Republic Steel, or approved equal. Flexible metallic conduit shall be fabricated from galvanized inter-locked steel strip. Liquid-tight flexible metallic conduit shall have extruded PVC covering over the flexible steel conduit. For conduit sizes 3/4-inch through 1-1/4 inch, flexible conduits shall have continuous built-in copper No. Batiquitos LS Pump Replacement Design Electrical General Provisions 16050-5 Contract No. 5517 September 2014 ground conductor. Flexible conduit shall be American Brass, Anaconda, Electroflex, or approved equal. D. PVC-coated raceway system shall conform to ANSI C80. l, and to Underwriter's Laboratories specifications. I. The factory finished surfaces of the conduits and fittings shall remain intact and undisturbed on both the inside and the outside of the conduit through the preparation and application processing. Coatings damaged during installation are to be cleaned of oil and debris and coated with zinc enriched paint inside and out. 2. A PVC coating shall be bonded to the galvanized outer surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. 3. The thickness of the PVC coating shall be a minimum of 40 mils. 4. A PVC jacketed coupling shall be furnished with each length of conduit. A PVC sleeve equal to the OD of the conduit shall extend 1-1/2 inches from each end of coupling. 5. PVC-coated conduits shall be as manufactured by Robroy, Occidental (OCCAL), or approved equal. 6. The proper tools are required for threading and installing PVC coated conduit. Damage to the PVC outside jacket should be minimal. Minor damage is to be patched by conduit manufacturers patch coating. Severe coating damage (as determined by the Owner's representative) may require replacement of the conduit. 2.04 WIRE AND CABLE A. All conductors, including ground conductors, shall be copper. Insulation shall bear UL label and the manufacturer's trademark, type, voltage and temperature rating, and conductor size. Wire and cable shall be products of American, Rome Cable, Okonite, Houston, Southwire, Manhattan, or approved equal. B. All control cables shall be rated for 600 volts and shall meet the following requirements: l. Control wires shall consist of No. 14 gage stranded copper conductors and shall be XHHW rated for 90 degrees Cat dry locations and 75 degrees Cat wet locations. 2. Control wires inside panels may be MTW. 3. Multi-conductor control cable shall be rated at 600 volts and shall consist of No. 14 gage stranded copper conductors, individually insulated with a minimum of 20 mils of polyethylene, 10 mils full color coded PVC jacket over each insulated conductor, a polyester tape over assembly, and an overall PVC jacket. Multi-conductor cable shall be identified by either ICEA color coding or ink imprinting. Multi-conductor cables may be used in conduits or cable trays as required by the Drawings. Multi-pull taped control conductor assemblies may be used in conduits as approved by the Engineer. C. Shielded instrumentation cables shall be rated at 300 volts and shall comply with the following requirements: 1. Individual shielded cable shall consist of twisted 2 or 3 No. 18 gage, stranded, color coded, tinned-coated copper in accordance with ASTM B-33 and B-8. Color coding shall be black- clear, or black-red-clear. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Electrical General Provisions 16050-6 --------------------------·--···---........ . -"1,"'"'"il- -~ 2. Provide 100 percent aluminum foil/polyester shield and No. 18 stranded tinned copper drain wire, all under a 32 mil PVC jacket. The shield shall be continuous and shall be grounded only at the receiving end, or as shown. 3. Multi-individual shielded pair or triad instrumentation cable shall consist of individual shielded and twisted pair copper conductors with ethylene-propylene insulation, and No. 18 A WG tinned stranded copper drain wire, an overall aluminum mylar shield and an overall chloro-sulfonated polyethylene compound jacket. The cables shall be suitable for cable tray installation and shall be flame retardant. D. Building wires and cables shall be rated at 600 volts and shall meet the following requirements: 1. Building wire shall be single conductor copper cable listed by UL as Type XHHW rated 75 degrees C in wet locations and 90 degrees C in dry locations. 2. Building wire shall be stranded. 3. No wire smaller than No. 12 A WG shall be used unless specifically indicated. E. Cable terminations shall be in accordance with the following: 1. 2. 3. 4. 5. 6. Compression connectors shall be Burndy "Hi Lug", Thomas & Betts "Shure Stake", or approved equal. Threaded connectors shall be split bolt type of high strength copper alloy. Spring connectors (wire nuts) shall be "Ideal Wing Nuts", or approved equal. 3M scotchlocks are not allowed. Pre-insulated fork tongue lugs shall be "Thomas & Betts" RC Series, Burndy, or approved equal. General purpose insulating tape shall be Scotch No. 33, Plymouth "Slip-knot", or approved equal. High temperature tape shall be polyvinyl by Plymouth, 3M, or approved equal. Resin splicing kits shall be Plymouth Plyflex, or approved equal. Stress cone material for make-up of medium voltage shielded cable shall be by G & W, 3M, DuPont, or approved equal. 2.05 PULL AND JUNCTION BOXES A. Outlet, switch, pull and junction boxes where surface mounted in exposed locations shall be cast ferrous boxes with mounting lugs, zinc or cadmium plating, and enamel finish. Surface mounted boxes in concealed locations may be pressed steel. B. Control station, pull and junction boxes, including covers, for installation in corrosive locations shall meet the NEMA 4X requirements and shall be stainless steel or fiber glass-reinforced polyester and shall be furnished with mounting lugs. C. All cast boxes shall be fitted with cast, malleable box covers and gaskets. Cast boxes shall be as manufactured by Crouse-Hinds, Appleton, or approved equal. 2.06 CONDUIT FITTINGS A. Fittings shall comply with the same requirements as the raceway with which they will be used. Fittings having a volume less than 100 cubic inches for use with rigid steel conduit shall be cast or malleable non-ferrous metal. Such fittings larger than one inch shall be "mogul size." Fittings shall be of the gland ring compression type. Covers of fittings, unless in "dry" locations, shall be closed No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Electrical General Provisions 16050-7 with gaskets. Surface-mounted cast fittings, housing wiring devices in outdoor and damp locations, shall have mounting lugs. B. Insulated bushings shall be molded plastic or malleable iron with insulating ring, similar to 0-Z Type A and B, equivalent types by Thomas & Betts, Steel City, Appleton, 0-Z/Gedney, or approved equal. C. Insulated grounding bushings shall be malleable iron with insulating ring and with ground lug, such as 0-Z Type BL, equivalent types by T & B, Steel City, 0-Z/Gedney, or approved equal. D. Erickson couplings shall be used at all points of union between ends ofrigid steel conduits which cannot be coupled. Running threads and threadless couplings shall not be used. Couplings shall be 3-piece type such as Appleton Type EC, equivalent types such as manufactured by T & B, Steel City, 0-Z/Gedney, or approved equal. E. Liquid-tight fittings shall be similar to Appleton Type ST malleable iron, equivalent types such as manufactured by Crouse-Hinds, T & B, 0-Z/Gedney, or approved equal. F. Hubs for threaded attachment of steel conduit to sheet metal enclosures, where required, shall be similar to Appleton Type HUB, equivalent types such as manufactured by T & B, Myers Scrutite, or approved equal. G. Transition fittings to mate steel to PVC conduit, and PVC access fitting, shall be as furnished or recommended by the manufacturer of the PVC conduit. H. Use sealing fittings in conduit runs entering corrosive areas and elsewhere as shown. Sealing fittings shall be Appleton Type EYS, 0-Z Type FSK, or approved equal. Do not pour sealing compound in place until electrical installation has been otherwise accepted. I. Install expansion fittings wherever a raceway crosses a structural expansion joint. Such fittings shall be expansion and deflection type and shall accommodate lateral and transverse movement. Fittings shall be 0-Z/Gedney Type "DX," Crouse Hinds "XD," or approved equal. These fittings are required in metallic and non-metallic raceway installations. When the installation is in a non- metallic run, a 3-ft length of rigid conduit shall be used to connect the non-metallic conduit to the fitting. 2.07 WIRING DEVICES A. Receptacles: 1. General purpose duplex receptacles shall be grounding type, 125-volt, ac, 20 amperes, NEMA Configuration 5-20R, such as G.E. 4107-1 brown, Hubbell 5252, or approved equal. 2. Convenience receptacles for installation in outdoor and corrosive areas shall be NEMA 5- 20R configured and shall have stainless steel or nickel plated parts and plastic parts of Melamine. Hubbell 53CM62 20 ampere, or approved equal. 3. Ground fault interrupter (GFI) receptacles shall be NEMA 5-20R configured and shall mount in a standard outlet box. Units shall trip at 5 milliamperes of ground current and shall comply with NEMA WD-1-1.10 and UL 943. GFI receptacles shall be capable of individual as well as "downstream" operation. GFI receptacles shall be Hubbell GF 5252, General Electric, or approved equal. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Electrical General Provisions 16050-8 4. -----------------------------------------~- Explosion proof receptacles shall be factory sealed, grounding type, 125-volt, ac, 20 amperes, NEMA Configuration 5-20R rated for Class 1, Division 2 locations. Provide Appleton U-Line or approved equal. Provide matching plugs. B. Switches: 1. Switch shall have side wiring capability for stranded wire. Toggle switches shall be Hubbell No. 1221 brown, Bryant No. 4901 brown, or approved equal. 2. Explosion proof switches shall be factory sealed, 120-volt, ac, 20 amperes, rated for Class 1, Division 2 locations. Provide Appleton EDS or approved equal. 2.08 DISCONNECT SWITCHES A. The disconnect switches shall be externally operated with quick-make/quick-break mechanisms. The handle shall be interlocked with the switch cover by means of a defeatable interlock device. The switch shall be padlockable in the "off' position. Switches shall have nameplates stating manufacturer, rating, and catalog number. Heavy-duty switches shall have arc suppressors, pin hinges, and shall be horsepower rated at 600-volts. All switches rated at 100 amperes or larger shall have auxiliary contact for remote status indication. Provide Heavy-duty switches for all motor circuits. B. Switch rating shall match the horsepower requirements of the load at the particular voltage if not otherwise shown. C. Switch enclosure shall meet the area classification requirements. D. Switch shall be Square D, or approved equal. 2.09 ELECTRICAL IDENTIFICATION A. Fabricate nameplates from white-face, black-letter laminated plastic engraving stock, Formica type ES-1, or approved equal. Each shall be fastened securely, using fasteners of brass, cadmium plated steel, or stainless steel, screwed into inserts or tapped holes, as required. Engraved characters shall be block style of adequate size to be read easily at a distance of 6 feet with no characters smaller than 1/8-inch high. The nameplate information shall include equipment or feeder identification system voltage, current rating, and feeder source. B. Conductor and equipment identification devices shall be imprinted plastic-coated cloth marking devices such as manufactured by Brady, Thomas & Betts for power conductors, or approved equal, and shall be heat-shrink plastic tubing, imprinted split-sleeve markers cemented in place for monitoring and control conductors. Equipment nameplate shall be engraved plastic plates. PART 3-EXECUTION 3.01 GROUNDING A. Size grounding cable in accordance with code requirements when sizes are not specifically called for on the Drawings. The location of ground rods shall be as shown. The length of rods forming an individual ground array shall be equal in length and shall be of the quantity required to obtain a ground resistance of no more than 5 ohms. B. Maintain ground continuity throughout the facility by installing an electrically-continuous metallic raceway system. Install metallic raceway with double lock nuts or hubs at enclosures. Non-metallic No. Batiquitos LS Pump Replacement Design Electrical General Provisions 16050-9 Contract No. 5517 September 2014 raceway containing de conductors operating at more than 50 volts to ground, or any ac conductors, shall contain a copper grounding conductor either bare, or green if insulated. Bond such conductor to terminal and intermediate metallic enclosures. 3.02 RACEWAYS A. Install raceways as shown, however, conduit routings shown are diagrammatic. Raceway systems shall be electrically and mechanically complete before conductors are installed. Bends and offsets shall be smooth and symmetrical, and shall be made with tools designed for the purpose intended. Use factory elbows for all 3/4-inch conduit. Make bends in larger sizes of metallic conduit accomplished by field bending or by the use of factory elbows. All installations shall be in accordance with the latest edition of the National Electrical Code. B. Install raceways in accordance with the following schedule: C. 1. Low Voltage Raceway ( control, power, and communications): a. Use PVC-coated galvanized rigid steel raceways below grade, in the drywell, in concrete slabs, and all exposed outdoor locations. b. Use galvanized rigid steel (GRS) in the pump station above grade. 2. Exposed Raceways: a. Rigidly support conduits with clamps, hangers, and Unistrut channels. b. Intervals between supports shall be in accordance with the National Electric Code. Plug empty conduit terminations not in manholes or pull boxes. Install exposed raceway perpendicular or parallel to buildings. Terminate conduit with flush couplings at exposed concrete surfaces. Place conduit stubbed up for floor-standing equipment in accordance with approved shop drawings. Make metallic raceways installed below-grade or in outdoor locations and in concrete with a conductive waterproof compound applied to threaded joints. Compound shall be Zinc Clads Primer Coatings No. B69A45, HTL-4 by Crouse-Hinds, Kopr Shield by Thomas & Betts, or approved equal. D. Conduit may be cast integral with horizontal and vertical concrete slabs, providing two-inch clearance is maintained between conduit surface and concrete surface. If said clearance cannot be maintained, install the conduit exposed below elevated slabs; provided, that in the case of slabs on grade, install conduit below the slab and encase it with a minimum cover of 3 inches of concrete. Maximum size of conduit that can be cast in slab shall be 1-1 /2 inches. E. Use flexible conduit at dry locations for the connection of equipment such as motors, transformers, instruments, valves, or pressure switches subject to vibration or movement during normal operation or servicing. Flexible conduit may be used in lengths required for the connection of recessed lighting fixtures; otherwise the maximum length of flexible conduit shall be 18 inches. F. In other than dry locations, make connections using flexible liquid-tight conduit. Equipment subject to vibration or movement which is normally provided with wiring leads, such as solenoid valves, with a cast junction box for the make-up of connections. Flexible conduits shall be as manufactured by American Brass, Cablec, Electroflex, or approved equal. G. Perform conduit penetrations on walls and concrete structures in accordance with the following: 1. Seal all raceways entering structures at the first box or outlet with oakum or suitable plastic expandable compound to prevent the entrance into the structure of gases, liquids, or rodents. No. Batiquitos LS Pump Replacement Design Electrical General Provisions 16050-10 Contract No. 5517 September 2014 2. Dry pack with nonshrink grout around raceways that penetrate concrete walls, floors, or ceilings aboveground, or use one of the methods specified for underground penetrations. 3. Where an underground conduit enters a structure through a concrete roof or a membrane waterproofed wall or floor, provide an acceptable, malleable iron, watertight, entrance sealing device. When there is no raceway concrete encasement specified or indicated, provide such device having a gland type sealing assembly at each end with pressure bushings which may be tightened at any time. When there is raceway concrete encasement specified or indicated, provide such a device with a gland type sealing assembly on the accessible side. Securely anchor all such devices into the masonry construction with one or more integral flanges. Secure membrane waterproofing to such devices in a permanently watertight manner. 4. Unless otherwise shown or specified. All conduits shall be surface mounted. 5. Where an underground raceway without concrete encasement enters a structure through a nonwaterproofed wall or floor, install a sleeve made ofrigid steel PVC-coated conduit. Fill the space between the conduit and sleeve with a suitable plastic expandable compound, or an oakum, on each side of the wall or floor in such a manner as to prevent entrance of moisture. A watertight entrance sealing device as specified may be used in lieu of the sleeve. 3.03 WIRES AND CABLES A. Hand pull conductors of No. I A WG size and smaller. Larger conductors may be installed using power winches. Pulling tensions on the cables shall be within the limits recommended by the cable manufacturer. Wire pulling lubricant, where needed, shall be UL approved. B. Neatly group wire in panels, cabinets, and gutters using nylon tie straps, and shall be fanned out to terminals. C. Stranded conductors shall terminate directly on equipment lugs making sure that all conductor strands are confined within lug. Use forked-tongue lugs where equipment lugs have not been provided. D. Splices to motor leads in motor terminal boxes and any split bolt or 2 bolt compression splices shall utilize Cambric Tape, Insulation splice tape such as Scotch BOC and Scotch 33+ or approved equal. E. Control devices, such as solenoid operated valves that are normally supplied with conductor pigtails shall terminate as described for control conductors. F. Test all control and instrumentation cables for continuity, polarity, undesirable ground, and origination. Perform such tests prior to placing all cables in service. 3.04 PULL AND JUNCTION BOXES A. Size pull and junction boxes in accordance with the requirements of the National Electrical Code. B. Use outlet boxes as junction boxes wherever possible. Where separate pull boxes are required, they shall have screw covers. Do not use outlet as pull boxes. C. Install pull boxes when conduit run contains more than (3) 90-degree bends and runs exceed 100 feet. No. Batiquitos LS Pump Replacement Design Contract No. 5517 September2014 Electrical General Provisions 16050-11 3.05 CUTTING AND PATCHING A. Where it becomes necessary to cut into existing work for the purpose of making electrical installations, use core drills for making circular holes. Other demolition methods for other cutting or removing shall be approved by the District prior to starting the work. B. Repair all damage caused to other facilities. 3.06 EQUIPMENT ANCHORING A. Anchor freestanding or wall-hung equipment in place by methods that will meet seismic requirement in the area where project is located. B. Anchoring methods shall be either drop-in type or 1/4 inch wedge type and leveling criteria specified in the printed recommendations of the equipment manufacturers are a part of the work. 3.07 CABLE AND EQUIPMENT IDENTIFICATION A. Provide the completed electrical installation with adequate identification to facilitate proper control of circuits and equipment and to reduce maintenance effort. B. Assign to each control and instrumentation wire and cable a unique identification number. Said numbers shall be assigned to all conductors having common terminals and shall be shown on all shop drawings. Identification numbers shall appear within 3 inches of conductor terminals. "Control" shall be defined as any conductor used for alarm, PLC, or signal purposes. C. All control wiring shall be color-coded and color continuity maintained throughout the system D. Mark all conductors at both ends with shrink fit markers which clearly display a computer generated circuit number at each end of the conductor. 1. All spare cables shall be terminated on terminal screws and shall be identified with a unique number as well as with destination. 2. Identify terminal strips by imprinted, plastic, marker strips attached under the terminal strip. E. Equipment and devices as follows: I. Provide nameplates for all switchboard breakers, VFD's, panels, starters, switches, and pushbutton stations. In addition to the name plates, equip control devices with standard collar-type legend plates. 2. Tag empty conduits at both ends to indicate the destination at the far end. Where it is not possible to tag the conduit, identify destination by marking an adjacent surface. Install 14- inch polypropylene pull cords in all empty conduits. END OF SECTION No. Batiquitos LS Pump Replacement Design Contract No. 5517 September 2014 Electrical General Provisions 16050-12