Loading...
HomeMy WebLinkAboutNeal Electric; 2005-11-08; 36753DGC# 2007-0107552 Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 FEB15, 2007 3:42 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE GREGORY J. SMITH, COUNTY RECORDER FEES: 2.00 PAGES: 1 Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on January 12,2007. 6. The name of the contractor for such work of improvement is Neal Electric. 7. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as Encina Basin Water Reclamation Program Phase II Project: SCADA Integration, Project No. 36753. CARLSBAD MUNICIPALWATER DISTRICT GLENN PRUIM -DeputyPublic Works Director VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Water Municipal District, 1200 Carlsbad Village Drive, Carlsbad, California, 92008. The Board of Directors of said District on February 13 2007, 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 February 13 . 2007, at Carlsbad, California. CARLSBAD MUNICIPAL WATER &&£&''.>\c^-:c0M^<r<^ Secretary Karen R. Kundtz, Assistant Secretary CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVlSlO NS FOR ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 SWRCB PROJECT NO. C-06-3903-300 / f- ern k#f?evised: 10/08/03 CARLSBAD MUNICIPAL WATER DISTRICT 5950 EL CAMINO REAL -. CARLSBAD, CALIFORNIA 920081 -- L ! I VOL. 1 OF 2 ' --> -1 BID NO. PWSOG-01 ENG -=-I I 1 B J, - ". .". ... -.I . .- ~ ~_II ,-.. ~ Cnntrnrt h'n ?is753 -, Pano 1 nf GA Rzmnc c Item . TABLE OF CONTENTS Page Notice Inviting Bids .......................................................................................................................... 6 Bidder Qualifications ....................................................................................................................... 8 Contractor’s Proposal ................................................................................................................... 11 Equipment Material Source Information ....................................................................................... 15 Bid Security Form .......................................................................................................................... 16 Bidder’s Bond To Accompany Proposal ....................................................................................... 17 Guide For Completing The “Designation Of Subcontractors” Form ............................................. 19 Designation Of Subcontractors & Amount Of Subcontractor’s Bid .............................................. 21 Bidder’s Statement Of Financial Responsibility ............................................................................ 22 Bidder’s Statement Of Technical Ability And Experience ............................................................. 23 Bidder’s Certificate Of Insurance For General Liability. Employers’ Liability I Automotive Liability And Workers’ Compensation ........................................................................ 25 Bidder’s Statement Of Re-Debarment .......................................................................................... 26 Bidder‘s Disclosure Of Discipline Record ..................................................................................... 27 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. 29 Contract Public Works .................................................................................................................. 30 Labor And Materials Bond ............................................................................................................ 36 Faithful PerformanceNVarranty Bond ........................................................................................... 38 Escrow Agreement For Surety Deposits In Lieu Of Retention (Optional) .................................... 40 QRevised: 10/08/03 Contract No . 36753 Page 2 of 64 Pages . SUPPLEMENTAL PROVISIONS Part 1 Section 1 1-1 1 -2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-3 3-4 3-5 Section 4 4- 1 4-2 Section 5 5- 1 5-4 5-6 I Section 6 6- 1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 8 8-2 Section 9 9-1 9-3 - General Provisions Terms Definitions. Abbreviations And Symbols Terms .................................................................................................................... 43 Definitions ............................................................................................................. 44 Abbreviations ......................................................................................................... 44 Scope And Control Of The Work Subcontracts ......................................................................................................... 45 Contract ................................................................................................................. 45 Plans And Specifications ...................................................................................... 46 Surveying .............................................................................................................. 47 Authority Of Board And Engineer ......................................................................... 49 Changes In Work Extra Work ............................................................................................................ 49 Changed Conditions ............................................................................................. 50 Disputed Work ...................................................................................................... 51 Control Of Materials Materials And Workmanship ................................................................................. 53 Materials Transportation. Handling And Storage ................................................. 54 Utilities ................................................................................................................... 54 Location :. 54 Relocation ............................................................................................................. 54 Cooperation ........................................................................................................... 54 ................................................................................... ............................ Prosecution. Progress And Acceptance Of The Work ......................................... 55 Construction Schedule And Commencement Of Work ........................................ 55 Prosecution Of Work ............................................................................................. 55 Delays And Extensions Of Time ........................................................................... 56 Completion And Acceptance ................................................................................ 56 Responsibilities Of The Contractor ....................................................................... 57 Liability Insurance ................................................................................................. 57 Workers’ Compensation Insurance ...................................................................... 57 Permits .................................................................................................................. 57 Cooperation and Collateral Work ......................................................................... 57 Project Site Maintenance ...................................................................................... 58 Public Convenience And Safety ........................................................................... 58 Laws To Be Observed .......................................................................................... 62 Time of Completion ............................................................................................... 56 Liquidated Damages ............................................................................................. 56 Facilities For Agency Personnel Field Office Facilities ............................................................................................. 62 Measurement & Payment Measurement Of Quantities For Unit Price Work ................................................. 62 Payment ................................................................................................................ 62 GRevised: 10/08/03 Contract No . 36753 Page 3 of 64 Pages . SUPPLEMENTAL PROVISIONS State Water Resources Control Board Contract Requirements 1 . 2 . 3 . 4 . 5 . 6 . 7 . 8 . 9 . 10 . 11 . 12 . 13 . 14 . 15 . 16 . 17 . 18 . 19 . 20 . 21 . 22 . 23 . 24 . - State Wage Rate Clauses .......................................................................................... BP-14 Labor Code Section 1776; Complete Payroll Records; Certified and Available ........ BP-14 Labor Code Section 1777.5; Employment of Properly Registered Apprentices ........ BP-15 Labor Code Section 1813; Penalty For Overtime On Any Public Work Contract ...... BP-17 Labor Code Section 181 5; Minimum Overtime Pay ................................................... BP-18 Labor Code Section 1860; Contract Provision ........................................................... BP-18 Labor Code Section 1861 ; Contractor Certification to Labor Code Section 3700 ..... BP-18 Cultural Resources Protection .................................................................................... BP-18 Compliance Guidelines for SRF Loan Program MBWBE (Form 4 must be submitted with bid to be responsive) .......................................................................... BP-20 The Subletting and Subcontracting Fair Practices Act ............................................... BP-34 Equal Opportunity Clause (40 CFR 60-8.4(b)) ........................................................... BP-34 Nondiscrimination Clause ........................................................................................... BP-35 Construction Contractors - Affirmative Action Requirements (41 CFR 60-4) ............ BP-39 Elimination of Segregated Facilities ........................................................................... BP-43 Certification of Non-Segregated Facilities .................................................................. BP-44 Drug-Free Workplace Certification ............................................................................. BP-45 Government Wide Debarment and Suspension (Nonprocurement) and Government Wide Requirements for Drug-Free Workplace (Grants) ....................... BP-46 Responsibility for Removal, Relocation, or Protection of Existing Utilities; Contracts and Provisions (Government Code Section 421 5) .................................... BP-48 Submitting of Bids and Agreeing to Assign (Government Code Section 4552) ......... BP-48 Non-Collision Affidavit (Public Contract Code Section 71 06) ..................................... BP-49 TO BE NOTARIZED AND SUBMllTED WITH BID Labor Code Section 6500 ........................................................................................... BP-50 Public Contract Code Section 71 05 ............................................................................ BP-50 Public Contract Code Section 9203 ............................................................................ BP-51 Labor Code Section 181 0; Definition: A Legal Day’s Work ........................................ BP-17 GRevised: 10/08/03 Contract No . 36753 Page 4 of 64 Pages -c TECHNICAL SPECIFICATIONS 13500 1351 0 13520 13530 13540 13550 13560 13561 13563 13570 13580 13600 16050 ,Computer Control System ......................................................................................... Computer System Hardware ..................................................................................... Computer System Software ...................................................................................... Programmable Logic Controllers & 13530A1 , -A2 I/O Lists ..................................... Communication Equipment ....................................................................................... Software Control Block Descriptions ........................................................................ Panel Mounted Instruments ...................................................................................... Pressure and Level Instruments ............................................................................... Panel, Consoles, and Appurtenances ...................................................................... Uninterruptible Power Supply ................................................................................... Solar Energy Equipment ........................................................................................... Electrical.. .................................................................................................................. Instrumentation General Requirements .................................................................... VOLUME 2 - CONTRACT/ REFERENCE DRAWINGS: APPENDIX A - Contract Drawings APPENDIX B - Operations and Control Diagram APPENDIX C - Reference Drawings INFORMATION FOR CONTRACTOR A. TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST: - PHONE (760) 602-4677 6. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS: TERRY SMITH, PROJECT MANAGER CITY OF CARLSBAD ENGINEERING DEPARTMENT PHONE (760) 602-2765 QRevised: 10/08/03 Contract No. 36753 Page 5 of 64 Pages CARLSBAD MUNICIPAL WATER DISTRICT NOTICE INVITING BIDS Sealed bids will be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California, 92008-7314, until 4:OO P.M. on the 23rd day of August, 2005, at which time they will be opened and read, for performing the work as follows: Furnish all labor, materials, and equipment for SCADA Integration. ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 The work includes, but is not limited to: a a a a a a r Installation of the SCADA System Hardware at 11 sites, listed below, and connections to the terminal box installed at each site Furnishing and installing SCADA System Equipment for the El Camino Real Operations Center Programming of the Central PLCs and SCADA Workstations Programming of the PLCs and RTUs at the 10 additional sites listed below Startup services Operation and trouble shooting services subsequent to installation and start-up FACILITY SITES 1. Recycled Water Control Center at Carlsbad Operations Building at 5950 El Camino Real 2. Recycled Water Pump Station at Carlsbad WRF/Joint Use Facilities* 3. Twin D Recycled Water Pump Station*, RWPRV and Potable water PRV Stations 4. Bressi Recycled Water Pump Station* 5. Calavera Recycled Water Pump Station* 6. Faraday Pressure Reducing Station* 7. Mahr Reservoir* (PLCby Others) 8. Reservoir C* 9. Avenida Encinas Pressure Reducing Station* IO. La Costa Pressure Reducing Station* 1 I. Corinthia/Melrose Flow meter* * Indicates Construction Documents are available from Agency. Selected drawings are included in Appendix “C” for the Bidder’s information. The work shall be performed in strict conformity with the specifications as approved by the Board of Directors of the Carlsbad Municipal Water District on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction 2003 Edition and supplements thereto, all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. f- e% b Revised: 1 0/08/03 Contract No. 36753 Page 6 of 64 Pages P The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and 'recyclable materials when available, appropriate and approved by the Engineer. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (IO) 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 District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District 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 $1 00,000 per contract. The documents which comprise the Bidder's proposal and that must be completed and properly executed, including notarization where indicated are: - 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Bidder's Statement of Financial Responsibility 6. Bidder's Statement of Technical Ability and Experience 7. Acknowledgment of Addendum(s) 8. 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 9. Bidder' s Statement Re Debarment IO. Bidder's Disclosure Of Discipline Record 11. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) 12. EquipmeMMaterial Source Information 13. State MBENVBE Information *Pursuant to California Public Contracts Code section 41 04(a)(2)(A) receipt of portions of the information required on documents numbers four and five, above, may be submitted by the Bidder up to twenty-four (24) hours after the deadline for submitting bids contained in this "Notice Inviting to Bid". All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is r $330,000. ($Revised: 10/08/03 Contract No. 36753 Page 7 of 64 Pages c- 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 California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases fhe contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does involve federal funds. The following classifications are acceptable for this contract: CLASSIFICATION FOR CONTRACTORS ARE: C7- Low Voltage Communications and Wiring Systems and C10 - General Electrical. REQUIRED QUALIFICATIONS FOR BIDDERS: In order for the bid to be considered, the Bidder shall submit the qualification information requested below. The information provided must meet or exceed the requirements identified. The experience and qualification information requested below shall be included with the “Bidder’s Statement of Technical Ability and Experience’’ form and submitted with the Bidder’s proposal. Equipment and software furnished under this contract shall be designed, coordinated, and supplied by Bidder. The Bidder shall be regularly engaged in the business of supplying computer-based monitoring, control, and data acquisition systems. The Bidder shall be responsible for the coordination of all control system related items, to check-out and calibrate instruments, and to perform all testing, training, and startup activities specified to be provided. The Bidder shall have the following minimum qualifications: ,- 0 The Bidder shall furnish references including contact names, telephone numbers, contract value and general project description for three (3) similar water system projects completed in the last five (5) years. The project lists shall be for similar control equipment, software, and type of projects. The contract value of the Instrumentation and Control work for each referenced project shall be greater than $1 00,000. 0 The Bidder shall demonstrate that hidher business has been actively involved in the instrumentation, controls, and integration of SCADA systems business in the municipal water market for the past 5 consecutive years. The Bidder shall employ a minimum of 6 full time technical personnel with experience in SCADA Integration. Provide resumes for the 6 technical personnel. 0 The Bidder shall maintain an office within 100 miles of the City of Carlsbad staffed with a minimum of 2 qualified technical personnel as full time employees. This office shall have been in operation for at least the past 12 months. A personal residence shall not qualify as a business office. Provide resumes for the 2 technical personnel. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Cashier’s Counter on the first floor lobby at the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $30_per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. P m %#Revised: 10/08/03 Contract No. 36753 Page 8 of 64 Pages c-.. 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 award of the contract neither addition to, modification of nor interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad nor may any bidder rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The District Engineer is the District's "duly authorized officer" for the purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1 , of the Labor Code commencing with section 1720 shall apply to the Contract for work. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. ,- All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. 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 will be required for work on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount eaual to: 3) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars (5,000,000. Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). 4m %#Revised: 10/08/03 Contract No. 36753 Page 9 of 64 Pages 2- 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 District until they are released as stated in the Supplemental 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: I) 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 District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 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. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. r. 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 District 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 Board of Director's 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 District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, California, by Resolution No. 1249, adopted on the 28th day of June, 2005. Publish Date: July 18, 2005 c-- a %@Revised: 10/08/03 Contract No. 36753 Page 10 of 64 Pages CARLSBAD MUNICIPAL WATER DISTRICT ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 +.$55@ CONTRACTOR'S PROPOSA ?' & Ciq @ Board of Directors Carlsbad Municipal Water District 5950 El Camlno Real Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 36753 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: *@ - i SCHEDULE 1 : SCADA INTEGRATiON , Item _. No. DescriDtion Approximate Quantity and Unit Unit. Price 7 .-- $ 20,000.00 1 Mobilization and preparatory work 1 is at a lump sum amount not-to-exceed Twenty Thousand Dollars Dollars (Lump Sum) Twenty Thousand and no/100 Dollars 2 SCADA Integration at I LS *..- $ 278,900.00 TWQ Hundred Seventy Eight Thousand Nine Hundred and no/100 Dollars Dollars (Lump Sum) Total amount of bid for Schedule 1 in words: Two Hundred Ninety Eight Thousand Nine Hundred and no/100 Dollars Total amount of bid for Schedule 1 in numbers: $ 298 I 900 - 00 Prics(s) given above are firm for 90 days after date of bid opening. Price(s) given above are firm for 90 days after date of bid opening and do comprise the Contract Unit Prices for the Work. ( - 1 aRevised: 10/08/03 Contract No. 36753 Page 11 of 64 Pages ! .. - f Addendum(a) No(s). ' 1. 2 . .' hadhave been received and !s/afe' included in this '" ' . proposal. The Undersigned 'has carefully checked all of 'the above figures and understands that the District will not be responsi,ble for any. error or omission on the part of the Undersigned .. in preparing this bid, The Underslgned 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 Contrad by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, the 'District may administratlvely authorize award of the contract lo the second or third. lowest 'bidder and the. bid Securityof the lowest bidder .may be forfeited. The ,Undersigned bidder'deciares, und.er penalty of perjury, that the 'undersigned Is licensed to do business or, act in the capacity of a contractor within the State of California, validly licensed under license number, 802588' ' '. , classification ~10.. c31, HIC which expires on , and that this statement ls'true and correct and has the legal effect of an,affidavit, . .. A bid submitted to' the District by a Contractor who is not licensed, &s a contractor pursua& to the 8usiness.and ,Professions Code shall'be consldered nonrespons1ve.and shall be rejected by the City 9 7028.15(e); In all contracts where federal funds are involved, .no bid submitted shall be invalidated by the failure of the bidder to be licensed'in accordance with California law; However, at the time . . the contract is awarded, the contractor shall be properly licensed. Public Contract Code $ 10164. ... ,. 12/31/05 .. .. .. !- The .Undersigned bidder hereby represents as follows: .. . (. I. That no+Board,of Dlrectors member, officer, agent, or employee of .the Carlsbad Municipal Water District is persorially interested, directly or indirectly, in this Contract, or.the compensation to be 'paid hereunder; that no representation, oral or in writing, of the Board of Directorb, 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 same work, and is in all respects fair and without collusion or fraud. . (Cash, Certified Check, Bond or Accornpanying.thls proposal is Bid Bond Cash!er's Check) for tmpercent (10%) of the amount bid. ' The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation. or to undertake self-insurance in accordance 'with the provisions of that code, and agrees to comply with such. provisions before commencing the performance of the work of this Contract and continue to comply until'the contract is complete. The Undersigned is ,aware 01 the provisions of the Labor Code, Part 7, Chapter 1 , Articte. 2,' relative to the general prevailing rate of wages for each craft or type of worker' needed to. execute the Contract and agrees to comply with its provisions. . . ' ' 2. That this bid Is made without connection with.any person, firm,.or corporation .. making a bid for the ' ' ' .. ' ' .. ' : @Revised: 1 O/08/03 .. Contract No. 36753 Page 12 of 64 Pages License Detail Page 1 of2 License Detail ~ALI~O~NIA CONTRACTORS STATE LICE-N I - - - ~ lxl__ ~ ~ xx-- Contractor License ## 802588 1 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and/or legal action information. Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 11/01/2005 * * * Business Information * * * NEAL ELECTRIC CORP dba NEALECTRIC INC 13250 KIRKHAM WAY POWAY, CA 92064 Business Phone Number: (858) 513-2525 Entity: Corporation Issue Date: 12/27/2001 Expire Date: 12/31/2005 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description CIO ELECTRICAL c31 CONSTRUCTION ZONETRAFFIC CONTROC * * * Bonding Information * * * http : //www2. c slb. ca. gov/CSLB-LIBRARY/License+Detail. asp 11/01/2005 /-- License Detail Page 2 of 2 CONTRACTOR'S BOND: This license filed Contractor's Bond number 9053307 in the arr $10,000 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01/01/2004 ~~ Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) TH CLAY NEAL certified that he/she owns 10 percent or more of the voting stock/equity oi corporation. A bond of qualifying individual is not required. Effective Date: 12/27/2001 * * * Workers Compensation Information * * * This license has workers compensation insurance with the AMERICAN ZURICH INSURANCE COMPANY Policy Number: WC299053104 Effective Date: 04/01/2005 Expire Date: 04/01/200E Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other lice1 ~~~~~~ Personnel List Other_Licenses License Number Request Contractor Name Request ~~~ Personnel __ Name-Request Salesperson Request Salesperson Name Request C 2005 State of California Conditions of Use Privacy Policy http://www2 .cslb .ca. gov/CSLB - LIBRARY/License+Detail.asp 11/01/2005 Personnel List Page 1 of 1 ~CASlMlER ALEXANDER ~ WESOLOWSKI Personnel List CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License ## 802588 License Number Request Click on the person's name to see a more detailed page of information on that person. Contractor Name Request Personnel Name Request ITHOMAS CLAY NEAL RMO 12/27/2001 C10 More Salesperson Request Salesperson Name Request OFFICER 12/27/2001 ICLARK REYNOLDS THOMPSON OFFICER 12/27/2001 rc http://www2.cslb.ca.gov/CSLB - LIBRARY/Personnel+List.asp?LicNum=802588 09/13/2005 f . I. I ..-- I IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business City and State (Street and Number) (4) Zip Code Telephone No. (5) E-Mail Address IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) L (3) Place of Business City and State (4) Zip Code Telephone No. (Street and Number) ‘I (5) E-Mail Address IF A CORPORATION, SIGN HERE: (I) Name under which business is conducted Neal Electric Corp. dba: Nealectric, Inc. (2) President/ CEO (Title) Impress Corporate Seal here ... GRevised: 10/08/03 ’ Contract No. 36753 Page 13 of 64 Pages I (3) Incorporated under the laws of the State of wi RWA~B (4) Place of Business City and State (5) Zip Code 92064 Telephone No. 13250 Kirkham Way (Street and Number) Poway, CA 858-513-2525 dbarrera@nealelectric.com (6) E-Mail Address NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and rn Clark Thompson, President Casimier Wesolowski, Vice President, Secretar Page 14 of 64 Pages @Revised: 1 O/O8/03 Contract No. 36753 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT r State of California I before me, Name and Title of Officer (e g.. "Jcne Doe. Notary Pubk") On c) -7- 05 personally appeared C/b/-ECk"MysSo~ Date Na&(s) of Signer(s) @personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshelthey 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(@ acted, executed the instrument. Cornrnission # 1335857 Notary Public - California hand and official seal. I Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: i h h 8 P h Capacity(ies) Claimed by Signer Signer's Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: u B 1999 National Notary Association * 9350 De Solo Am. P.O. Box 2402 * ChatswoRh. CA91313-2402 * www.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-@327 c-- , CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California I County of JBZpersonally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 1 Signature of Notary Public OPTlONA L Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: u ). L 0 1999 National Notary Association * 9350 De Soto Awe , PO Box 2402 - Chatsworih. CA 91313-2402 - ww.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-8766827 c. EQUIPMENVMATERIAL SOURCE fNFORMATlON (TO ACCOMPANY PROPOSAL) I ENCINA BASIN WATER RECLAMATION PROGRAM PHASE It PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 The bidder shall indicate opposite each item of equipment or material listed below, the name of one supplier/manufacturer of each item of equipmenUmaterial proposed to be furnished under the bid. The listing of more than one supplier for each equipment/material to be furnished with the words “and/or” will not be permitted. Failure to comply with this requirement may render the Bid non-responsive and may cause its rejection. Awarding of a contract under this bid will not imply approval by District of the manufacturers listed by the Bidder. EquipmenVMaterial Manufacturer 1, Programmable Logic Controller Allen Bradley (Manufacturer) Z. (Manufacturer) (Manufacturer) @Revised: 10/08/03 Contract No. 36753 Page 15 of 64 Pages BID SECURi7'Y FORM (Check to Accompany Bid) ENClNA BASIN WATER RECLAMATION PRQGRAM PHASE I1 PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of dollars ($ f this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the District provided this proposal shall be accepted by the District 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 District if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder, i L- I BOT APPLICABLE 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,) ?@Revised: 10/08/03 Contract No. 36753 Page 16 of 64 Pages .- 3 /L- e BIDDER'S BOND TO ACCOMPANY PROPOSAL ENCINA BASIN WATER RECLAUIATlON PROGIRAbl PMASE I1 PROJEeT: SCADA INTEQAATION CONTRACT NO. a6763 W3WV A# PJpSONt BY gESE PREGENTS: that wB 13250 Kirkham Way, PoWaY, CA 92064, 85 pdndpal, and CNA Plaza, Chicago, IL 60685 , as $ur& ara held ad firmly bound unto the Carlsbad Munklpal Water DIaMd, md8ebad, CalIfom!a, In an amount aa fallows: (must be. at least ten petbent (10%)' of the bld amount) (-10%) for which payment, well ad. truly made, we blnd ourselves, wr heirs, executare arid admtnls~tors, 8uccesaers or asslgne, Jointly end sawrally, firmly by theee presente. THE CONbmON OF THE FOREGOINQ OBLIGATICJN IS SUCH that If the propotsal of the above= bwnden Prindpal for; ea1 lectnc orp. a Nealectric, Inc. The Continental Insurance Company ENCINA WIN WA~ muumoN:pmaw PHASE U PROJECT'' SCAOA INTEaRAllON CONTRACT NO. 38758 in the Clly uf Carlsbad, is acoepted by the Baard of Directors; and If be Pdnclpal shsif duly enter lnia and exeouta a Conlrnct lndudlng requlrad bbnds md lnaurmce pollc!~s within Wanly (20) days from the dab bf award of Chmd by the Board of DIreotors of me Cadihid Munldpal Water Dl@Mol of the Clly of Carlrbad, being duly notrlled af said award, then ?hls abligatlon aW bmme null and vold; othemrise, It.8hall h and remain in lul fora and effect, end'the amount specifled herefn shalt be farfelted .ta the said Distrld. Contract No. 38763 lnthe event Prjncipal executed thia bond win Indkridwl, R Is agreed that 'the death of Prlndpal shall not exonerate the Surely fram it8 obltgddane under this bond: Executed b PRINCIPAL thI6 st of Septeder , zoz. PRINCIPAL: Neal Electric Cow. dba Nealectric, Inc. (name of Rindpar) Clark Thompson (prim name here) President (TItls and Orgmlzatfon of Siunatory) By: -- (sign hem) (pdnt nme here) Executed bySURETY thki 1 st SURW: day a September ,29&. The Continental Insurance Company (we of Sunty) CNA Plaza, Chicago, IL 60685 (address 9f Surety), (tslsphone number of Sursty) - 800-331 -6053 Kathryn A. Dircz, Attorney-ln-Fact (printad name of AbmepWact) (Attach corporate molutlon ahawfng wmnt pawer of attorney.) (Me and organlzEaion of signatory) (Pmper notdal acknawledge of 8xecutlon by PRINGIPAL and GURETY must be Wwhed.) (President or vtoe-preaident and B~CR3tary or assktani secmtary. Inwt sign kr wpmtlons. If y'dy one offlcer algns, ths'wrporatlon must attach a rsaalution certlled'by the secretary or asstrctant seoretary under w$xate sed empowering that offlaer to blnd the corporadon.) (If elgned by an IndMdual p8rtner, ;the parhership must aWh a Slaternent of partnership auvl;o~rig the partner to executa this instrument) APPROVED AS TO FORM Gehiral Counsel RONALD R, BALL Contract No. 38763 LIMITED LIABILITY COMPANY ACKNOWLEDGEMENT STATE OF ,OUNTY OF 1 ss - On the day of Y 20 , before me personally appeared to me known, who, being by me duly sworn, did depose and said that he/she resides in that he/she is a member, manager, or officer of the limited liability company of ~ ~ and that he/she is duly authorized to execute the foregoing agreement in the name of and for the limited liability company. (Notarial Seal) Notary Public, County, My commission expires CORPORATE ACKNOWLEDGEMENT STATE OF California COUNTY OFW ss On the 1st day of September ,2005 before me to me known, who being by me duly sworn, did depose and say: that he resides in personally appeared Clark Thompson Ramona t CA rc- that he is the President of the the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board e signed his name thereto by like order. Notary Public, .I - County, Sari Diego My commission expires J December 21 I 2005 ACKNOWLEDGEMENT OF CORPORATE SURETY ss STATE OF Minnesota ) COUNTY OF Dakota Onthe Ist day of September ,20 O5 , beforeme appeared- Kathryn A. Dircz to be personally known, who is being by me duly sworn, did say that he is the aforesaid officer or attorney in fact of the Contipental Insurance Company a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by the aforesaid officer, by authority of its board of directors, and the aforesaid officer acknowledged said instrument to be the free act and deed of said Corporation. Notary Public, County, Dakota My coinmission expires 1-3 1-201 0 ‘ Kiiow All klcii By ’I’licse I’rCseiits, That The Continental Insulancc Conipany, a South Carolina corporation, and Fircmcn’s Insurancc Company 0 Ni.\v:ittk. New Jcrscy, a Ncbv Jcrscy corporation (herein called “thc CIC Conipanics”), arc dtrly organized and existing corporations having thcir principa appoint ’ uftict.s in the City ofChicago. and State of Illinois, and that they do by virtuc oftlic signuturcs and scals herein affixed hercby makc, constitute and c Veroriika Ycterseo, Kathryn A Dircz, Dennis G Dicssner, Cathy Albacliten, Kathleen L Lundquist, Donald L Kuplic, Bryan .I Hurt, Mark N liaiiipf, Gordon D Olsen, Iiidividiially of Burnsville, MN, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CIC Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this i6th day of August, 2004. The Continental Insurance Company Firemen’s Insurance Company of Newark, New Jersey rc . Michael Gengler State of Illinois, County of Cook, ss: that he resides in the City of Chicago, State ol Illinois; that he is a Senior Vice President of The Continental Insurance Company, a South Carolina corporation, and Firemen’s Insurance Company of Newark, New Jersey, a New Jersey corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. On this 16th day of August, 2004, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: - ELIZA PRICE My Commission Expires September 17,2006 Eliza Price Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of The Continental Insurance Company, a South Carolina corporation, and Firemen’s Insurance Company of Newark, New Jersey, a New Jersey corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the corporations printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporations this 1 st day of September 2005 The Continental Insurance Company Firemen’s Insurance Company of Newark, New Jersey - Mary A. Rbikaflkis Assistant Secretary L- Form F6SSO-I 1/2001 NOTICE In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on hands and insureds on certaininsurance policies written by any one or more of the following companies (collectively the "Writing Companies") as surety or insurer: Western SureQ Company, Universal Surety of America, Surety Bonding Company of America, Continental Casualty Company2 National Ere Insurance Company of Hartford, American Casualtg Company of Reading, PA, The Firemen's Insurance Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts cer!jfied under the Act was Zero Dollars ($0.00). e DISCLOSURE OF lTE3DEBAL PARTICIPATION IN P,4PMENT OF TERRORISM &,OSSEs The United States Tlcrill pay njnely percent (90%) of covered terrorism losses exceeding the applicable suretp.finsurer deductible. ~ompa'ny Profile Page 1 of2 Lompany Profile CONTINENTAL INSURANCE COMPANY (THE) CNA CENTER, 333 S. WABASH, 28TH FL. CHICAGO, IL 60685 800-262-45 54 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 9001 7 Unable to Locate the Agent for Service of Process? Reference Information Date authorized in California: January 01, 1978 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: SOUTH CAROLINA Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE 09/13/2005 . Comp,any Profile c MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information I Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - November 04,2004 1 1 : 18 AM Copyright 0 California Department of Insurance Disclaimer http://cdinswww.insurance.ca.gov/pls/wu-cogrof/idb - coqrof~utl.get~coqrof?p~EID=6008 Page 2 of 2 09/13/2005 i‘ I - 1 l .1 i 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 SSPWC (”GreenbooK’) and in the Supplemental Provisions to this Contract, especially, “Bid”, “Bidder“, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer“, “Subcontractor“ and “Work” and the definitions in section 1-2 of the Supplemental Provisions especially “Own Organization.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Gceenbook and section 2-3.1 of these Supplemental 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 preformed by farces other than the Bidder’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 percentage 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 ($1 0,000) 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 Drovide complete and correct information may result in reiection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing sald item. When a Subcontractor has a Catlsbad 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 explanation 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, @Revised: 10/08/03 Contract.No. 36753 ‘Page.19 oi M Pages I c Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the Board of Directors shall be final. I Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777,7. 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, @Revised: 10/08/03 Contract NO. 36753 Page 20 of 64 Pages ! - It' " "" DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Y ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 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 41 00 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 (05%) 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 ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS NOT APPLICABLE I I I I ! I I U Subcontractor's License No.* Page of pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) Califomla Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bldder up to 24 hours after the deadline for submitting bids wntained in the "Notice Inviting Bids," @Revised: 10/08/03 Contract No. 36753 Page 21 of 64 Pages i i BIDDER'S STATEMENT OF FiNANCIAL RESPONSIBILITY (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO, 36753 Copies of the Iatest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. SEE FOLLOWING t @Revised: 10/08/03 Contract No, 36753 Page 22 of 64 Pages /- NEAL ELECTRIC CORP. FlNANClAL STATEMENTS AND INDEPENDENT AUDITORS' REPORT FOR THE YEAR ENDED DECEM8ER 31,2004 ::v i 4180 tA JOLUVILLACE DWE SUITE 300 tA lOLM WIFORNIA 92037 PHONE (8%) 455-1200 FAX (am 455-0898 WEB sm www.lb.m An Indspmdent Mcmbu of BKR lntcmltlond !J4DEPENDENTAUOITORS' REPORT To the Board of Directors and Stockholders of Neal EIectric Carp. Poway, California We have audited the accompanying balance sheet of Neal Electric Cop (the 'Company") as of Oeoember 31,2004, and the related statements of operations, changes in stockholders' equity, and cash flows for the year then ended. These Rmndal statements are the responsibility of the Company's management. Our responsibility is to express an opinion on these financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perfam the audit to obtain' reasonable assurance about whether the financial statements are free of material misstatement. An auda includes examining, on a test basis, evldence supporting the amounts and dtsclosures in the financial sbtements. An audit. also includes assessTng the accounting principles used and significant estimates made by management. &-%kiT-Zs-eiiaTiiiiEii tne~~~~n~~-Sfa'~-~eAT-p~~~tatlPrr. We-trelteue that our audtpmvkks a reasonable basis for wr opinion. In our opinion, the financial statements referred tu above present fairly. in all material respects, the financial positlon of Neat Electric Corp. as of December 31,2004, and the results of its operatjons and its cash flows for the year then ended, in conformity with accounting principles generally accepted in the United States of America. May 3,2005 NEAL ELECTRIC CORP. BALANCE SHEET December 31,2004 ASSETS CURRENT ASSETS: Cash and cash equhlents ReWcted cash Accuunts receivable. net allowance for douMful accounts of $108,433 and including retentbns of $2,217,457 COSEB and estimated earnings in excess of blllings on unoompkted wnlracts Inventories Prepaid expenses and other current assets Note raccluable Total current aosuts LEASEHOLD IMPROVEMENTS AND EQUIPMENT, net TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES: Accounts payable, Inc[uding retentions of $307,830 Accrued compensation and ofher expenses Capital lease obligation. current portjon Notes payable Billings in excess of costs and estimated earnings on uncompleted contmcts Total current liabilities CAPiTAL LEASES. net of current portion Total [iabilitks COMMITMENT AND CONTINGENCIES STOCKHOLDERS' EQUITY: Series A convertible pmferred stock, $0.01 par wlue, Series B mnvertible preferred stock. $0.01 par =he, Class A common stock, $0.01 par value, 20,000,000 shares Class 8 common stock, $0.0.( par vahe, 7,133,333 shares Additional paid-in capital Accumulated deficit 9,356,210 shares authorized, issued and outstanding; liquidation preference of $12,638,083 643.790 shares authorized; 638,285 shares issued and outstanding; liquidatjon preference of $424,834 autftorizad, no shams issued or outstanding authorized; 388.068 shares issued and outstanding Total stockhdders' equity TOTAL $ 456,370 1,000.000 30,202,246 2,791,359 150,470 225,580 68,122 14,894,147 781,026 8 3,438,734 1,648,539 19,448 4,024 733,427 5,844,172 27.252 5,871,424 93.562 6,383 9,861 t 2,962,952 {3,269.009] 9,803,749 See acoornpanying notes to financial statements. 2 -- IC- NEAL ELECTRIC CORP. STATEMENT OF OPERATIONS For the year ended December 31.2004 CONTRACT REVENUES COST OF REVENUES GROSS PROFlT OPERATING EXPENSES: Selling. genemi and administrative expens- Deprdation and amortization expense Noncompete agreement expense Total operating expenses INCOME FROM OPERATIONS INTEREST AND OTHER INCOME, net NET INCOME See acmrnpanylng notes to financial statements. 3 $ 49,746,017 4 1,697,052 8,048,065 8,005,026 43,939 17,522 $ 61,460 *. I- - r- NEAL. ELECTRIC CORP. STATEMENT OF CASH FLOWS For the year ended December 31,2004 CASH FLOWS FROM OPERATING ACTIVITIES: Net income Adjustments to reconcile net income b net cash used in operating ectiitk: DeprecbUoar and amortization Galo on sale of equipment Changes in opwattng assets and tiabilities: Accounts receivable, includtng retentions Costs and estimated earnings In excess of billings Inwtories Prepaid expenses and other cumnt assets Accounts payable, including retentions Accrued compensatbn and other expenses 8illings in excess of costs and estimated earnings on ummpleteb contraCEs on uncompleted contacts Net cash used in operating activities CASH FLOWS FROM INVESTlNG ACTMTIES: Proceeds from sale of equipment Purchases of leasehold improvements and equipment Payments r-ived an note receivable Net cash provided by investing activities CASH FLOWS FROM FINANCING ACTIVITIES: Increase in restrtcted cash Payments on capital lease obligation Payments on notes payable Net cash used in financlng actiuities NET DECREASE AN CASH AND CASH EQUIVALENTS CASH AND CASH EQUIVALENTS, December 31,2003 CASH AND CASH EQUIVALENTS, December 31,2004 SUPPLEMENTAL DISCLOSURE OF CASH FLOW INFORMATION Cash paid during tha year for interest Cash paid during the year for income taxes SUPPLEMENTAL DISCLOSURE OF NONCASH INVESTING AND FINANCING ACTIVITIES: Equipment acquired under capital lease 8 61,460 632,671 (3,173) (176,240) (758,4921 (976,457) 6,875 (39,066) 96,945 64.754 $ 8,365 5 3,800 See accompanying notes to financbl statements. 5 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone number, which will enable the City to judge hidher responsibility, experience and skill. The Bidder is also required to provide evidence of adequate staff and facilities necessary to perform the services required in the contract documents within the specified contract duration. The Bidder is required to provide all of the experience and qualification information listed on page 8 of the Notice Inviting Bids. The information may be provided as brochures or additional sheets of information and shall be attached with the forms provided below. If a Bldder falls to accurately provlde all of the requested experience and qualiflcation Information identified on page 8, the bid will be deemed non-responsive. If a Bidder fails to meet the minimum experience and qualificatlon requlrements listed on page 8, the bid will be rejected, If the experience cannot be verified through contact with the contact person at the telephone number provided by the Bidder in the spaces below, the experience will not qualify a9 meeting the requirements. Bidders shall verify Owner's contact person and phone number. SCADA EXPERIENCE . .- Provide a minimum of three projects completed within the past five-years of similar size and complexity to this project. Provide a brief description of the system, including computer hardware and i HMI application software, architecture and network description, communication protocol, communication medium, and PLCs or RTUs used. The contract value of the Instrumentation and Control work for each referenced project shall be greater than $1 00,000. Fill in all spaces. (1) Project Name: SCADA Phase IIA & IIC Owner: City of San Dieqo Date Completed: 5/9/2002 Owner's Contact Person: Carl SDier Telephone No. 619-533 -5126 Contract Value: $1,253,882 .OO Contractor's Project'Manager Nick Bernabe Project Description: Installation of SCADA System at various sites in the city of San Diego. Contract No, 36753 Page 23 of 64 Pages I BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 (continued) (2) Project Name: Black Mountain Ranch Pumg St-atLm Owner: Taylor Woodrow Homes Date Completed: 6/1/02 Owner's Contact Person: Telephone No. Project Description: Instrumentation controls, power and fire.. x, rotection to maintain local water pressure for a booster in a new local housing development track. (3) Project Name: South ,Bay Water Reclamation Project Owner: City of San Dieso Date Completed: 11/29/02 Owner's Contact Person: Albert Sohikish Project Description: Construction of an 18 miwaallonr was- r Telephone No. 858-614 - 5765 electrical distribution control and instrumentation. @Revised: 10/08/03 Contract No. 56753 Page 24 of 64 Pages I - BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) ENCINA BASIN WATER RECLAMATfON PROGRAM PHASE It PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 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: I Comprehensive General Liability Workers Compensation Automobile Liability 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, Employer’s Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: (1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. (2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. ‘- 1 1 a Revised: 1 0/08/O3 Contract No. 36753 Page 25 of 64 Pages &=mM CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDMYYY) 10/26/2005 :OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WlTH 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 PRODUCER (9 5 2) 70 7 - 8 200 Kraus-Anderson Insurance 420 Gateway Boulevard Burnsville, MN 55337-2790 FAX (9 5 2) 890-05 3 5 /" LJRED Neal Electric Corp. dba Nealectric Inc. 13250 Kirkham Way TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY GLO3726083-0: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. . INSURERS AFFORDING COVERAGE NAlC # INSURERA Zurich American Insurance INSURER B Scottsdale Insurance Co. (Midwes.; General) INSURER C I Poway, CA 92064 L INSURER D: INSURER E: EACH OCCURRENCE ce\ DAMAGE TO RENTED MED EXP (Any one person) PERSONAL 8 ADV INJURY $ 1,000,000 $ 300,000 10,000 $ $ ~,~~~,~~~ COMBINED SINGLE LIMIT (Ea accident) 1 , 000,000 AUTO ONLY - EAACCIDENT $ EACHOCCURRENCE I $ 10,000,000 AGGREGATE I $ 10,000,000 E.L. EACH ACCIDENT $ $ 1.000.000 POLICY EFFECTlVl DATElMMlDDml 04/01/2005 POLICY EXPIRATIO) - 04/01/2006 LIMITS I k/ COMMERCIAL GENERAL LIABILITY I X RR Exclus. Removed P GENL AGGREGATE LIMIT APPLIES PER 04/01/2005 04/01/2006 BAP3726084-0: AUTOMOBILE LIABILITY ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) I GARAGE LIABILITY I ANY AUTO H OTHER THAN EA I $ AGG I $ AUTO ONLY: 11 I I EXCESSIUMBRELLA LIABILITY UMS0017 54; 04/01/2005 04/01/2006 p OCCUR CLAIMSMADE I I$ I$ I DEDUCTIBLE R x RETENTION $ 10,Oo NORKERS COMPENSATION AND SMPLOYERS' LIABILITY WC29905 3 1-01 04/01/2005 04/01/2006 I 4NY PROPRIETOWPARTNEWEXECUTIVE 3FFICEWMEMBER EXCLUDED? f yes, describe under SPECIAL PROVISIONS below 3THER - )ES !IPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDOR! E: City's Job# 36753, Neal Job# 1-5-1555, Encina I I ISIONS clamation Program Phase I1 Project lENTI SPECIAL PR sin Water I he Certificate Holder, its officials, employees and volunteers are Additional Insureds under the omnercial General Liability and Auto Liability on a Primary Basis as required by written contract. *Materially Changed CERTIFICATE HOLDER City of Carlsbad Attn: Kevin Davis 1635 Faraday Avenue Carlsbad, CA 92008-7314 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL mm MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, i6XrMKM~KMX~W~NXMM~XX ~~#1~~X~~X~MX~~XXXXXXXX AUTHORIZED REPRESENTATIVE Mark N. Kampf/DAN ACORD 25 (2001/08) OACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the 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). DISC LA I M E R The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. # POLICY NUMBER: GLO3726083-0 I COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT, AGREEMENT OR PERMIT AND EXECUTED PRIOR TO LOSS. Location And Description of Completed Operations: ~ ~~ bdditional Premium: I INCLUDED .- (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II - Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products-completed operations hazard". CG 20 37 10 01 0 IS0 Properties, Inc., 2000 Page 1 of 1 Named Insured: Neal Electric Corp. Policy Number GLO3726083-03 COMMERCIAL GENERAL LI AB I LlTY CG 20 33 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured Is amended to include as an insured any person or organization for whom you are performing operations when you and such person or organization have agreed In writing in a contract or agreement that such per- son or organization be added as an additional in- sured on your policy. Such person or organization is an additional insured only with respect to liability arising out of your ongoing operations performed for that insured. A person-s or organization-s status as an insured under this endorsement ends when your operations for that insured are com- pleted. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: 2. Exclusions c This insurance does not apply to: a. 'Bodlly injury", 'property damage" or "per- sonal and advertising Injury" arising out of the rendering of, or the failure to render, any professional archtectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. CG 20 33 10 01 o ISO Properties, Inc., 2000 AGENT COPY b. "Bodily Injury" or "property damage' occur- ring after: (1) AIi work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) at the site of the cov- ered operations has been completed; or (2) That portion of 'your work" out of which the injury or damage arises has been put to its intended use by any person or or- ganizatlon other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. - Page 1 of 1 c POLICY NUMBER: GLO 3726083-03 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE FOR COMPLETED OPERATIONS. Location And Description Of Completed Operations ANY LOCATION WHERE YOU RAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE FOR COMPLETED OPERATIONS. I Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to in- clude as an additional insured the person(s) or or- ganization(s) shown in the Schedule, but only with respect to liability for 'bodily injury" or 'property damage" caused, in whole or in part, by "your work' at the location designated and described in the schedule of this endorsement performed for that additional insured and included In the 'products- completed operations hazard". CG 20 37 07 04 0 IS0 Properties, Inc., 2004 AGENT COW Page 1 of 1 I Additional Insured-Owners, Lessees or - Contractors (Primary Insurance) I Policy No. I Eff. Date of POL I Exp. Date of POL I Ell. Date of End. I Producer I Add’LPrem I ReturnRem. 1 lGL03726083-03 I 4/1/2005 14/1/2006 14/1/2005 I I$ I$ I This endorsement modifies the lnsurance provided under the following: Commercial General Liability Coverage Form SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT, AGREEMENT OR PERMIT AND EXECUTED PRIOR TO LOSS. .-- (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SECTION II - WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. / The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to the person or organization shown in the Schedule unless the other Insurance Is provided by a contractor other than you for the same operation and job location. Then we will share with that other insurance by the method described in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. U-GL-1081-A CW (l2/01) Page 1 of1 AGENT CGPY BIDDER'S STATEMENT RE DESARMENT \ I I (To Accompany Proposal) ENCINA BASIN WATER RECLAMATIDN PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 1, Have you or any of your subcontractors ever been debarred a5 an irresponsible bidder by another jurisdiction in the State of California? X Yes no 2. If yes, what was/were the narne(s) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments, party debarred party debarred agency agency ", L period of debarment period of debarment 1 BY CONTRACTOR; Neal Electric Corporation (name of Contractor) By: I (sign here) Clark ThomDson. President (print namdtitle) Pageof 1 of 1 - pages of the Re Debarment form { '1 rz- @Revised: 10/08/03 ' Contract No. 36753 Page 26 of 64 Pages ! i BIDDER’S DISCLOSURE OF DISCJPLINE RECORD (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged vlofation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P,O. Box 26000, Sacramento, California 95826, 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? X Yes no Has the suspension or revocation of your contractors license ever been stayed? X Yes no Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? Has the suspension or revocation of the license of any subcontractor‘s that you propose to perform any portion of the Work ever been stayed? x Yes no If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed attach additional sheets to provide full disclosure.) Page 1 of pages of this Disclosure of Discipline form Contract No. 36753 Page 27 of 64 Pages t BIDDER S DlSCLOSl RE OF DISCIPLINE RECORD (C 0 NTI N U E D} (To Accompany Proposal) ENCtNA BASIN WATER RECLAMATION PROGRAM PHASE If PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 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 actjon pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. If needed, attach additional sheets to provide full disclosure. BY CONTRACTOR: Neal Electric Corporation By: Clark Thompson, President (print narndtitle) Page 2 of z pages of this Disclosure of Discipline form Revised: 10/08/03 Contract No. 36753 Page 28 of 64 Pages I i - NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMlTTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 ENClNA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT SCADA INTEGRATION CONTRACT NO. 36753 State of California 1 Countyof san Diego 1 ) ss, Clark ThomDson , being first duly sworn, deposes (Name of Bidder) and says that he or she is President/Cm (Title) of Neal Electric Corporation (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding: that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. t- I I i declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 7th day of September ,202L. ,20 O5 . Subscribed and sworn to before me on the 7th day of September QRevlsed: 10/08/03 Signatfire of Notary Contract No. 36753 Page 29 of 64 Pages . .. .. . ., .. . . .. .. ... . .. . '.L, I:. . .. ? '0 4 1 City of Carlsbad July 25, 2005 ADDENDUM NO. I RE: BID FOR CONTRACT NO. 36753 - ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGWTION Please include this addendum in the Request for Bid you have for the above project: This bid opening has been rescheduled. This bid is now due and will be opened on September I, 2005 AT 4:OO PM. Tbe bid - delivery location Is unchanged. 1 This addendum-receipt acknowledged-must be attached to your bid when it is submitted. e& KEVIN DAVIS Buyer I ACKNOWLEDGE RECEIPT OF ADDENDUM NO, I A- Signature -- I 1635 Faraday Avenue * Carlsbad, CA 92008-7314 * (760) 602-2730 FAX (760) 602-8562 @ P August 3 1,2005 AbDENDUhl NO. 2 RE: SCADA INTEGRhTION: ENCINA BASlN WATER RlfCUMA' b:lN PROGRAM PHASE I1 PROJECT BID NO. PWS06-Dl ENG, CONTk4CT NO. 36753 Please include the attached addendum in the Notice to E.idder/Recyf!st for Bids you have for the above project. This addendum-receipt acknowledged-r wst be attached to your Re 11. ttst for Bid when your bid is submitted. /- Buyer Attachment 1 ACKNOWLEDGE RECEfPT OF ADDEh DUM NO. 2 + -- - 1635 Faraday Avenue - C arlsbad. CA 92013EL7314 (760) 6C12-2730 - ;;+X (780) €302-B562 @ CARLSBAD MUNICIPAL WATER DISTRICT ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT SCADA INTEGRATION-Contract No. 36753, SWRCB Project No. C-06-3903-300 Addendum No. 2 From: Terry Smith, Project Manager Phone: (760) 602-2765 Fax: (760) 602-8562 No. of Pages: 1 Date: August 31,2005 Bid Opening Date: September 7, 2005 at 4:OO pm (REVISED) REVISIONS TO BID DOCUMENTS: SPEC I FI CAT1 ONS : r- A. REPLACE the last sentence of the first paragraph on page 8 of 64 with the following: “The following classifications are acceptable for this contract: CLASSIFICATION FOR CONTRACTORS ARE: C7 - Low Voltage Communications and Wiring Systems C10 - General Electrical. B. September 7, 2005. The time remains unchanged at 4:OO pm on this day. The deadline for bid submissions has been postponed. The new bid due date is r- SCADA INTEGRATION PROJECT NO. 36753 ADDENDUM NO. 1 August 3 1,2005 PAGE 1 OF 1 <- CONTRACT PUBLIC WORKS This agreement is made this 8* day of r\l D vemb e r 20 O5 , by and between the Carlsbad Municipal Water District of Carlsbad, California, a murkpal corporation, (hereinafter called "District"), and NEAL ELECRIC whose principal place of business is 13250 KIRKHAMWAY POWAY CA 92065 (hereinafter called "Contractor"). District and Contractor agree as bllows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: . ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 (hereinafter called "project") 2. equipment, and personnel to perform the work specified by the Contract Documents. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, - 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids," Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, herlhis subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District'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 All not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2003 Edition, and supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental 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. # em 'dRevised: 10/08/03 Contract No. 36753 Page 30 of 64 Pages - 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District 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 District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 251 17 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. District 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 contractork 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. c In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1 101 -1 525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. GRevised: 10/08/03 Contract No. 36753 Page 31 of 64 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District and the City of Carlsbad, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District or City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. k. Contractor shall also defend and indemnify the City and District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City and District. Defense costs include the cost of separate counsel for City and District, if City or District request separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the District's policy for insurance as stated in Resolution No. 772. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive 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 District and City, or its agents, officers or employees are additional insured. -c b. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto'' and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions: a. The District and City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District or City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability and employers' liability. -- '3Revised: 10/08/03 Contract No. 36753 Page 32 of 64 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the District and City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District or City, its officials, employees 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 District and City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the District by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District and City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a .waiver of all rights of subrogation the insurer may have or may acquire against the District or 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-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the Board of Directors in Resolution No. 772. (H) Verification Of Coverage. Contractor shall furnish the District 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 District and are to be received and approved by the District before the Contract is executed by the District. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 201 04) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the District using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. t GRevised: 10/08/03 Contract No. 36753 Page 33 of 64 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District 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. e (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, 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 Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the Carlsbad Municipal Water District 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. A I have read and understand all provisions of Section 11 above. & (Initial) 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 181 2 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1 , commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. '3Revised: 1 0/08/03 Contract No. 36753 Page 34 of 64 Pages 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. / 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or " Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: Nealectric, Inc. (name of Contractor) By: ATTEST: (print name and title) A ,\\" '/ '11, President or vice-president and secretary or assistant secretary must sign for cor#dt!#khs. 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. If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument. APPROVED AS TO FORM: RONALD R. BALL General Counsel By: '3Revised: 10/08/03 Contract No. 36753 Page 35 of 64 Pages .T- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I State of California @personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that Wthey executed the same in -bk$hef/their authorized r capacity(ies), and that by .krWlndtheir - signature(s) on the instrument the person(s), or the entity upon behalf of which the person@) r I-- / \ 3goCounty acted, executed the instrument. WITNESS my hand and official seal. j i! Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons reking on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator Other: Signer Is Representing: 0 1999 National Notary Association - 9350 De Sot0 Am P.0 Box 2402 - Chalsworth. CA 91313-2402 * www.nationalnotary.org Prod. No. 5907 Rwrder: Call Toll-Free 1-800-876-6827 LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the Cii of Carlsbad, State of California, by Resolution No. 1255, adopted . SEPTEMBER 27, 2005 , has awarded to- Neal Electric Corp. (hereinafter designated as the "Principal"), a Contract br: ENCINA BASIN WATER RECUMATION PROGRAM PHASE II PROJECT SCADA lNTEGRATlON CONTRACT NO. 36753 dba Nealectric, Inc. in the city of Carisbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Ofiice of the Secretary of the Board of Directors (City CIsrk of the City of Carlsbad) and all of which are incorporated herein bythis reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Prlncipal or any of their subcontractors shall fai[ to pay for any materials, provisions, provender or other supplies or teams used in, updn or about the performance of the work agreed to be done, or for any work or labor done thereon df any kind, the Surety on this bond Will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Neal Electric Corp , db_a Nealectric, Inc , as Principal, (hereinafter designated as the "Contractor"), and The Continental Insurance Company as Surety, are held firmly bound unto the Carlsbad Municipal Water District irl the sum of rc 7WO HUNDRED NINETY EIGHT THOUSAND NINE HUNDRED Dollars ($298,900), said sum being an amount equal to: One hundred percent (400%) of the fotal amount payable under the tens of the contract by the Carlsbad Municipal Water District, and for which payment well anff truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that. if the Contractor or hlsher subcontractors fall 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 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor perfarmed under this Contract, or fdr 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 I3020 of the Unemployment 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 3248. This bond shall inure to the benefit of any of the persons named In California Civll Code section 3187, 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 thereunder or the specifications accdrnpanying 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: 10/08/03 Contract No. 36753 In the event that Contractor is an individual, it is agreed that the death of any such Gontractor shall not exonerate the Surety from its obligations under this bond. 27th Executed by CONTRACTOR this September 05 day of I EO-. day Executed by SURrrY this . of IZO-. 17th October 05 CONTRACTOR: SURETY: (name of Contractor) Neal Electric Corp., dba Nealectric, Inc. The Continental Insurance Company (name of Surety) (address of Surety) (telephone number of Surety) CNA Plaza, Chicago, IL 60685 (800) 331-6053 Clark Thompson (print name here) president, Nealectric, Inc. - (signature 01 Attorney-iri-Fact} (printed name of Attorneyin-Fact) Kathryn A. Dircz ski - (print name here) (title and biganization of signatory) (attach corporate resolution showing current power of attorney) cm-r-r -1 mptri r Tnr I (Proper notarial acknowledge of execution by CONTRACTOR and SWREn must be attached.) (President or viee-president and secretary or.assistanta secretary must sign for corpor'ations. If only one officer signs, the corporation must attach a resolution certified by the secretaty or assistant secretary under corporate seal empowen'ng that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL De6u# General Counsel Claims Address: do CNA Surety 5201 Eden Avenue3 utie 300 Edina, MN 55436 952-285-341 5 %vised: 10/08/03 Contract No. 36753 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That The Continental Insurance Company, a South Carolina corporation, is a duly organized and existing corporation having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Veronika Petersen, Kathryn A Dircz, Dennis G Diessner, Cathy Albachten, Kathleen L Lundquist, Donald L Kuplic, Bryan J Huft, Mark N Karnpf, Gordon D Olsen, Individually r of Bumsville, MN, 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 them 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 is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Board of Directors of the corporation. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 29th day of August, 2005. The Continental Insurance Company State of Illinois, County of Cook, ss: On this 29th day of August, 2005, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of The Continental Insurance Company, a South Carolina corporation, 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. Maria M. Medina Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of The Continental Insurance Company, a South Carolina corporation, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the corporation printed on the v se hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this f4t"fi dayof October , 2005 . The Continental Insurance Company f .- Mary A. R@ika@kis Assistant Secretary Form F68.50-11/2001 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Executive Committee of the Board of Directors of The Continental Insurance Company by unanimous written consent dated the 13‘h day of January, 1989: “RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President, a Senior Vice President or a Vice President of the Company be, and each or any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be, and each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached.” NOTICE In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on bonds and insureds on certain insurance policies written by any one or more of the following companies (collectively the "Writing Companies") as surety or insurer: Western Surety Company, Universal Surety of America, Surety Bonding Company of America, Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA, The fiemen's Insurance Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts certified under the A.ct was Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES c The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable surety/insurer deductible. Bond Number: 929372849 FAITHFUL PERFORMANCENVARRANTY BOND P WHEREAS, the Board of Directors of the City of Carlsbad, State of California, by Resolution No. - 1255, adopted SEPTEMBER 27,2005 , has awarded to Neal Electric CorP., , (hereinafter designated as the "Principal"), a Contract bc dba Neaiectric, Ini. ENCINA BASIN WATER RECLAMATION PROGRAM PHASE 11 PROJECT: SCADA lNTEQRATION CONTRACT NO. 36753 in the Carlsbad Municlpal Water District, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Board of Directors (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 Contr'act; NOW, THEREFORE, WE, Neal Electric Corp., dba Nealectric, Inc. , as Principal, (hereinafter designated as the "Contractor"), and The Continental Insurance Company as Surety, are held flrmly bound unto the Carlsbad Municipal Water District in the sum of 7wO HUNDRED NINETY EIGHT THOUSAND NINE HUNDRED Dollars ($298,900), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or asslgns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contradtor, 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 Cohtract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true Intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, srnpfoyees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be Included costs and reasonable expenses and fees. Including reasonable attorneys fees, Incurred by the DisMct in successfully enforcing such obligation, all to be ta=d as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the speciflcations accdmpanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of tfme, alterations or addition to the terms of the contract or to the work or to the specifications, ,- QRevised: 10/08/03 Contract No. 36753 c in the event that Contractor is an individual, it is agreed that the death of any suoh Contractor shall not exonerate the Surety from its obligations under this bond. day of 17th Executed by CONTRACTOR ?his 27th Executed by SURETY this day of September ,20%. October 05 l20-. CONTRACTOR: SURFIY Neal Electric Corp., dba Nealectric, Inc. The Continental Insurance Company (name of Contractor) (name of Surety) (address of Surety) (800) 331 -6053 Clark Thompson (print name here) (telephone number of Surety} President, Nealectric, Inc. BY. / rile and Organization of Signatory) [signature of Attorney-in-Fact) I Kathryn A. Dim (printed name af Attorney-in-Fact) (sign here) (print name here) Cas wesolowski (Attach corporate resoiutian showing current Secretary, Nealectric, InC. power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must 'sign for corpomtlons. If only one officer signs, the corporation must attach a resolution certified by the secretav or assistant secretary under corporate seal empowering that officer to bind the corporation,) RONALD R. BALL General Counsel APPROVED AS ro FORM: By: De$ty"eneml COU~SB~ \5 e R evised: I0/08/03 Contract No. 36753 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That The Continental Insurance Company, a South Carolina corporation, is a duly organized and existing corporation having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint F Veronika Petersen, Kathryn A Dircz, Dennis G Diessner, Cathy Albachten, Kathleen L Lundquist, Donald L Kuplic, Bryan J Huft, Mark N Kampf, Gordon D Olsen, Individually of Burnsville, MN, 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 them 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 is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Board of Directors of the corporation. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 29th day of August, 2005. The Continental Insurance Company State of Illinois, County of Cook, ss: On this 29th day of August, 2005, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of The Continental Insurance Company, a South Carolina corporation, 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. h& Maria M. Medina Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of The Continental Insurance Company, a South Carolina corporation, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 17th dayof October , 2005 . The Continental Insurance Company Mary A. R@ikaakis Assistant Secretary Form F6850-11/2001 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: - This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Executive Committee of the Board of Directors of The Continental Insurance Company by unanimous written consent dated the 13th day of January, 1989: "RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President, a Senior Vice President or a Vice President of the Company be, and each or any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be, and each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached." OPTIONAL ESCROW AGREEMENT FOR -- I SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the District and Contractor for: ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District 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 District 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 District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District 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 District 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 District 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 District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. -c- 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 District. GRevised: 10/08/03 Contract No. 36753 Page 40 of 64 Pages /--- NOTICE In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on bonds and insureds on certain insurance policies written by any one or more of the following companies (collectively the "Writing Companies") as surety or insurer: Western Surety Company, Universal Surety of America, Surety Bonding Company of America, Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts certified under the A.ct was Zero Dollars ($0.00). DISCLOSURE OF F%DERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable suretyhsurer deductible. r r- 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 District to the Escrow Agent that District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District 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 District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as . instructed by the District. I 8. Upon receipt of written notification from the District 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 District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District 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 District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: - For Escrow Agent: For Contractor: GRevised: 10/08/03 Title FINANCE DIRECTOR Name Signature Address Title Name Signature Address Title Name Signature Address . Contract No. 36753 Page 41 of 64 Pages F- At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: For Contractor: For Escrow Agent: @Revised: 10/08/03 Title MAYOR Name Signature Add ress Title Name Signature Address Title Name Signature Address Contract No. 36753 Page 42 of 64 Pages SUPPLEMENTAL PROVISIONS FOR ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT: SCADA INTEGRATION CONTRACT NO. 36753 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. - Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 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 "approved, "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. GRevised: 10/08/03 Contract No. 36753 Page 43 of 64 Pages P- . ’C 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency - the Carlsbad Municipal Water District of Carlsbad, California. Board of Directors - the Board of Directors of the Carlsbad Municipal District of the City of Carlsbad. Executive Manager - the Executive Manager of the Carlsbad Municipal Water District or hidher approved representative. Dispute Board - persons designated by the Executive Manager to hear and advise the Executive Manager on claims submitted by the Contractor. The Executive Manager is the last appeal level for informal dispute resolution. Engineer - the City Engineer of the City of Carlsbad or hidher approved representative. The City Engineer is the fourth level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 ”own organization’’ means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor’s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Deputy City Engineer, Construction Management & Inspection - The Construction Manager’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - The Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Construction Manager - the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts ........................................ Apartment and Apartments Bldg ........................................ Building band Buildings CMWD Carlsbad Municipal Water District CSSD ................................... ..Carlsbad Supplemental Standard Drawings cfs ........................................... Cubic Feet per Second ”--- .................................... ’$Revised: 10/08/03 Contract No. 36753 Page 44 of 64 Pages Comm .................................... .Commercial 7 DR .......................................... Dimension Ratio < E Electric ............................................. G ............................................. Gas gal ........................................... Gallon and Gallons Gar ......................................... Garage and Garages GNV ........................................ Ground Not Visible gpm ........................................g allons per minute IE ............................................ Invert Elevation LCWD ..................................... Leucadia County Water District MSL ........................................ Mean Sea Level (see Regional Standard Drawing M-12) MTBM ..................................... Microtunneling Boring Machine NCTD ..................................... North County Transit District OHE ........................................ Overhead Electric OMWD ................................... Olivenhain Municipal Water District ROW ...................................... Right-of-way S ............................................. Sewer or Slope, as applicable SDNR ..................................... San Diego Northern Railway SDRSD ................................... San Diego Regional Standard Drawings SFM ........................................ Sewer Force Main UE .......................................... Underground Electric W ............................................ Water, Wider or Width, as applicable WVD ....................................... Vallecitos Water District T ............................................. Telephone SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board of Directors 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 of Directors and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board of Directors shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest version of U.S. Department of Treasury Circular 570." Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. The Contractor shall provide bonds to secure payment of laborers and material suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000. 2) Fifty percent (50%) of the total amount payable, by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable be the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). r"- @Revised: 10/08/03 Contract No. 36753 Page 45 of 64 Pages Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and material suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. instrument entitling or authorizing the person who executed the bond to do so. 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. 2-5 PLANS AND SPECIFICATIONS. - 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPW C), 2003 Edition, and supplements thereto, hereinafter designated “SSPWC”, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one set are included herein as Appendix “A. The set is designated as City of Carlsbad Drawing No. 431-7 and consists of seven sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the most recent edition of the City of Carlsbad Engineering Standards. 2-5.2 Precedence of Contract Documents, modify as follows: 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) City of Carlsbad Supplemental Provisions 3) Technical Specifications 4) Construction Plans 5) City of Carlsbad Engineering Standards, 2004 Edition 6) San Diego Regional Standard Drawings 7) State of California Department of Transportation Standard Plans rc 8) Standard Specifications for Public Works Construction 9) Reference Specifications 1 0) Manufacturer’s Installation Recommendations ’3Revised: 10/08/03 Contract No. 36753 Page 46 of 64 Pages Change orders, supplemental agreements and approved revisions to plans and specifications will take precedence over items 2) through 10) above. Detailed plans shall have precedence over general plans. 2-5.3.3 Submittals, add the following: 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 has been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied 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 6) Description of the contents of the submittals. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval. - By: Title: Date: Company Name: Add the following: 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 upon completion of the work. Payment for performing the work required by section 2-5.4 shall be included in various bid items and no additional payment will be made therefor. 2-9 SURVEYING 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The surveyor shall file corner record(s) as required by $5 8772 and 8773, et seq. of the California Business and Professions Code. .L GRevised: 10/08/03 Contract No. 36753 Page 47 of 64 Pages .- When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8‘/$ by 11”) paper. The field notes, calculations and data shall be clear and complete with name of the Surveyor, the party chief, field crew members, preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with $5 8700 - 8805 of the State of California Business and Professions Code when the surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be Submitted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. - Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of corner records shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. GRevised: 10/08/03 Contract No. 36753 Page 48 of 64 Pages 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor‘s and its subcontractor‘s 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 the contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all of its subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 -- CHANGES IN WORK 3-3 EXTRA WORK. 3-2.2.1 Contract Unit Prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3.2.2 (c) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete section 3-3.2.3 from the 1995 and 1996 Supplements to the SSPWC and replace with the following: (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 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 2) Materials ............................. 15 r GRevised: 10/08/03 Contract No. 36753 Page 49 of 64 Pages c To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor‘s actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. Work by Subcontractor. add the following after the second sentence: The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. - The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-1 2655. “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-1 2655. 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 affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. I GRevised: 10/08/03 Contract No. 36753 Page 50 of 64 Pages -- 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, 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 Division 4. City Engineer 5. Executive 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 District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the District will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the Executive Manager after which 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 Executive Manager. Actual approvat 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 201 04) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 4w $#Revised: 10/08/03 Contract No. 36753 Page 51 of 64 Pages 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (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. 7 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 nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. - GRevised: 10/08/03 Contract No. 36753 Page 52 of 64 Pages (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141 .lo) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 11 41.1 1 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141 .lo) 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. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. rc- 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the 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 him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. / @Revised: 10/08/03 Contract No. 36753 Page 53 of 64 Pages .- - Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, delete the following phrase: “Unless otherwise authorized by the Engineer, the substantiation of offers must be submitted within 35 days after the award of Contract.” add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING & STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quality and quality received, prepare storage area(s), store, handle, protect, move relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2 and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 -- UTILITIES 5-1 LOCATION. Add the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Delete the first paragraph and substitute the following: In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon request to the Engineer, may be permitted to temporarily omit the portion of work affected by the utility. Such omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefor. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 COOPERATION. NOT USED. - w tSRevised: 10/08/03 Contract No. 36753 Page 54 of 64 Pages SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-1 and substitute the following: 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 ten (1 0) calendar days after receipt of the "Notice to Proceed". Add the following section: 6-1.1 Measurement And Payment Of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. Phasing of the Work is dependent on the timing of other projects listed in the Notice Inviting Bids. Schedule projections indicate the following estimated completion dates: Recycled Water Pump Station at CW RF Joint Use Facilities Faraday Pressure Reducing Station La Costa Pressure Reducing Station Twin D Recycled Water Pump Station Bressi Recycled Water Pump Station Calavera Recycled Water Pump Station Mahr Reservoir Remedial Improvements August 2005 October 2005 July 2005 December 2005 July 2006 December 2005 July 2006 Areas of the Work which are not dependent on other construction schedules are: e e Reservoir C e Recycled Water Control Center at Carlsbad Operations Building Avenida Encinas Pressure Reducing Station Notify the District and prepare a work plan for Work activities that will affect operations at the Carlsbad Control Room located at 5950 El Camino Real Carlsbad at least 30 days prior to scheduling work. Coordinate with the District to minimize disruption of District operations. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of monthly Project Meetings. Each Project Meeting shall be attended by the Contractor's Representative. The Project Representative shall be the individual determined under section 7-6, "The Contractor's Representative", SSPWC. No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. GRevised: 10/08/03 Contract No. 36753 Page 55 of 64 Pages 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be 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 supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 225 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:OO a.m. and 4:OO 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 hidher sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance, the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. - Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the “Notice of Completion” and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of one thousand dollars ($1,000). Execution of the Contract shall constitute agreement by the Agency and Contractor one thousand dollars ($1,000) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. ,- ’3Revised: 10/08/03 Contract No. 36753 Page 56 of 64 Pages -c- 7-3 LIABILITY INSURANCE. Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the 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 therefor. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. - 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The 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 Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. eRevised: 10/08/03 Contract No. 36753 Page 57 of 64 Pages 7-8.6 Water Pollution Control, Add the following: Contractor shall comply with the California State Water Resources Control Board (SW RCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (W DR’s) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: 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 929-9400. 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 impending 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 construction. 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 Ib. card stock. The printing on the notice shall be no smaller than 12 point. In addition to the notifications, the contractor shall post no parking signs 48 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 contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 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. - tpRevised: 10/08/03 Contract No. 36753 Page 58 of 64 Pages 7-10.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: At least 5 working days prior to closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ...................................................................................... (760) 602-2720 2) Carlsbad fire Department Dispatch .................................................... (760) 931 -21 97 3) Carlsbad Police Department Dispatch .............................................. (769) 931 -21 97 4) Carlsbad Traffic Signals Maintenance ............................................... (760) 434-2980 5) Carlsbad Traffic Signals Operations .................................................. (760) 602-2752 6) North County Transit District .............................................................. (760) 967-2828 7) Coast Waste Management ................................................................ (760) 929-9400 I 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement, and these Supplemental 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 hidher sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 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 21 0-1 -6 for materials and section 31 0-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1 , Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 180 mm (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 1.8 m (6’) of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 7.6 m (25’) intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. c_ - ’QRevised: 10/08/03 Contract No. 36753 Page 59 of 64 Pages Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8 m (67, nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the 0.6 m (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane, not less than (12') wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-1 0.3.3 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, Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement, and provisions under "Maintaining Traffic" elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. c Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, 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 proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until he has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. Add the following section: 7-1 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the "Traffic Manual", 1996 edition published by CALTRANS. 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. '3Revised: 10/08/03 Contract No. 36753 Page 60 of 64 Pages 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 temporary 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 temporary 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 pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-1 0.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20 day review period specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the "MANUAL OF TRAFFIC CONTROLS", 1996 Edition as published by the State of California Department of Transportation. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. c Add the following section: 7-10.3.7 Payment. The Contractor shall prepare and correct TCP and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefor. '3Revised: 10/08/03 Contract No. 36753 Page 61 of 64 Pages Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL 8-2 FIELD OFFICE FACILITIES. Replace with the following: Field offices for Agency personnel are not required. SECTION 9 -- MEASUREMENT & PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the r_ U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods, shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. - GRevised: 10/08/03 Contract No. 36753 Page 62 of 64 Pages Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. The estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 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 subsection 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. c The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. -c ’3Revised: 10/08/03 Contract No. 36753 Page 63 of 64 Pages Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefor in the bid schedule. The Contract lump-sum price paid for mobilization shall not exceed twenty thousand dollars ($20,000) and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. aRevised: 10/08/03 Contract No. 36753 Page 64 of 64 Pages IC- - STATE WATER RESOURCES CONTROL BOARD CONTRACT REQUIREMENTS I' 'I 1 - STATE WAGE RATE CLAUSES (Facilities Plan Approval after June 18,1998, Federal Wage Rates are not required) Pursuant to Sections 1720 et seq., and 1770 et seq., of the California Labor Code, the successll bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations for public works projects of more than one thousand dollars ($1,000). Copies of such prevailing rate or per diem wage are on file at /City of Cralsbadl, which copies shall be made available to any interested party on request. The successful bidder shall post a copy of such determinations at each job site. The successful bidder intending to use a craft or classification not shown on the prevailing rate determinations may be required to pay the rate of the craft or classification most closely related to it. 2- LABOR CODE SECTION 1776 COMPLETE PAYROLL RECORDS; CERTIFIED AND AVAILABLE (a) Each contractor and subcontractor shall keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. Each payroll record shall contain or be verified by a Written declaration that it is made under penalty of perjury, stating both of the following: (1) The information contained in the payroll record is true and correct. (2) The employer has complied with the requirements of Sections 177 1 , 18 1 1 , and 18 15 for any work performed by his or her employees on the public works project. (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or hished to the employee or his or her authorized representative on request. furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request by the public for inspection or for copies thereof. However, a request by the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2), the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the contractor, subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the contractor. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or (c) The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the same information as the forms provided by the division. (d) A contractor or subcontractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested the records within 10 days after receipt of a written request. (e) Any copy of records made available for inspection as copies and hrnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards rc BP-14 Issue Date: November 7,2003 t State Revolving Fund Loan Program CCR and Boilerplate Enforcement shall be marked or obliterated to prevent disclosure of an individual's name, address, and social security number. The name and address of the contractor awarded the contract or the subcontractor performing the contract shall not be marked or obliterated. Any copy of records made available for inspection by, or furnished to, a joint labor-management committee established pursuant to the federal Labor Management Cooperation Act of 1978 (Section 175a of Title 29 of the United States Code) shall be marked or obliterated only to prevent disclosure of an individual's name and social security number. A joint labor management committee may maintain an action in a court of competent jurisdiction against an employer who fails to comply with Section 1774. The court may award restitution to an employee for unpaid wages and may award the joint labor management committee reasonable attorney's fee and costs incurred in maintaining the action. An action under this subdivision may not be baed on the employer's misclassification of the craft of a worker on its certified payroll records. Nothing in this subdivision limits any other available remedies for a violation of this chapter. (0 The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city and county, and shall, within five working days, provide a notice of a change of location and address. (g) The contractor or subcontractor shall have 10 days in which to comply subsequent to receipt of a written notice requesting the records enumerated in subdivision (a). In the event that the contractor or subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A contractor is not subject to a penalty assessment pursuant to this section due to the failure of a subcontractor to comply with this section. (h) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Ci) The director shall adopt rules consistent with the California Public Records Act, (Chapter 3.5 (commencing with Section 6250), Division 7, Title 1, Government Code) and the Information Practices Act of 1977, (Title 1.8 (commencing with Section 1798), Part 4, Division 3, Civil Code) governing the release of these records, including the establishment of reasonable fees to be charged for reproducing copies of records required by this section. ,--- 3- LABOR CODE SECTION 1777.5 EMPLO- OF PROPERLY REGISTERED APPRENTICES (a) Nothing in this chapter shall prevent the employment of properly registered apprentices upon public works. (b) Every apprentice employed upon public works shall be paid the prevailing rate of per diem wages for apprentices in the trade to which he or she is registered and shall be employed only at the work of the craft or trade to which he or she is registered. approved by the Chief of the Division of Apprenticeship Standards and who are parties to written apprentice agreements under Chapter 4 (commencing with Section 3070) of Division 3 are eligible to be employed at the apprentice wage rate on public works. The employment and training of each apprentice shall be in accordance with either of the following: (c) Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards that have been (1) The apprenticeship standards and apprentice agreements under which he or she is training. (2) The rules and regulations of the California Apprenticeship Council. (d) When the contractor to whom the contract is awarded by the state or any political subdivision, in performing any of the work under the contract, employs workers in any apprenticeable craft or trade, the contractor shall employ apprentices in at least the ratio set forth in this section and may apply to any apprenticeship program in the craft or trade that can provide apprentices to the site of the public work for a certificate approving the contractor under the apprenticeship standards for the employment and training of apprentices in the area or industry affected. However, the decision of the apprenticeship program to approve or deny a certificate shall be subject to review by the Administrator of Apprenticeship. The apprenticeship program or programs, upon approving the contractor, t BP-15 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate shall arrange for the dispatch of apprentices to the contractor. A contractor covered by an apprenticeship program's standards shall not be required to submit any additional application in order to include additional public works contracts under that program. "Apprenticeable craft or trade," as used in this section, means a craft or trade determined as an apprenticeable occupation in accordance with rules and regulations prescribed by the California Apprenticeship Council. As used in this section, "contractor" includes any subcontractor under a contractor who performs any public works not excluded by subdivision (0). information to an applicable apprenticeship program that can supply apprentices to the site of the public work. The information submitted shall include an estimate ofjourneyman hours to be performed under the contract, the number of apprentices proposed to be employed, and the approximate dates the apprentices would be employed. A copy of this information shall also be submitted to the awarding body if requested by the awarding body. Within 60 days after concluding work on the contract, each contractor and subcontractor shall submit to the awarding body, if requested, and to the apprenticeship program a verified statement of the journeyman and apprentice hours performed on the contract. The information under this subdivision shall be public. The apprenticeship programs shall retain this information for 12 months. (e) Prior to commencing work on a contract for public works, every contractor shall submit contract award (0 The apprenticeship program that can supply apprentices to the area of the site of the public work shall ensure (g) The ratio of work performed by apprentices to journeymen employed in a particular craft or trade on the public equal employment and affirmative action in apprenticeship for women and minorities. work may be no higher than the ratio stipulated in the apprenticeship standards under which the apprenticeship program operates where the contractor agrees to be bound by those standards, but, except as otherwise provided in this section, in no case shall the ratio be less than one hour of apprentice work for every five hours of journeyman work. (h) This ratio of apprentice work to journeyman work shall apply during any day or portion of a day when any journeyman is employed at the jobsite and shall be computed on the basis of the hours worked during the day by journeymen so employed. Any work performed by a journeyman in excess of eight hours per day or 40 hours per week shall not be used to calculate the ratio. The contractor shall employ apprentices for the number of hours computed as above before the end of the contract or, in the case of a subcontractor, before the end of the subcontract. However, the contractor shall endeavor, to the greatest extent possible, to employ apprentices during the same time period that the journeymen in the same craft or trade are employed at the jobsite. Where an hourly apprenticeship ratio is not feasible for a particular craft or trade, the Chief of the Division of Apprenticeship Standards, upon application of an apprenticeship program, may order a minimum ratio of not less than one apprentice for each five journeymen in a craft or trade classification. upon the issuance of the approval certificate, or that has been previously approved for an apprenticeship program in the craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen stipulated in the applicable apprenticeship standards, but in no event less than the 1-to-5 ratio required by subdivision (g). 6) Upon proper showing by a contractor that he or she employs apprentices in a particular craft or trade in the state on all of his or her contracts on an annual average of not less than one hour of apprentice work for every five hours of labor performed by journeymen, the Chief of the Division of Apprenticeship Standards may grant a certificate exempting the contractor fiom the I-to-5 hourly ratio, as set forth in this section for that craft or trade. (k) An apprenticeship program has the discretion to grant to a participating contractor or contractor association a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting the contractor fiom the 1-to-5 ratio set forth in this section when it fmds that any one of the following conditions is met: (1) Unemployment for the previous three-month period in the area exceeds an average of 15 percent. (2) The number of apprentices in training in the area exceeds a ratio of 1 to 5. (3) There is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either on a statewide basis or on a local basis. (4) Assignment of an apprentice to any work performed under a public works contract would create a condition that would jeopardize his or her life or the life, safety, or property of fellow employees or the public at large, or the specific task to which the apprentice is to be assigned is of a nature that training cannot be provided by a journeyman. (1) When an exemption is granted pursuant to subdivision (k) to an organization that represents contractors in a specific trade fiom the 1-to-5 ratio on a local or statewide basis, the member contractors shall not be required to submit individual applications for approval to local joint apprenticeship committees, if they are already covered by the local apprenticeship standards. r_ (i) A contractor covered by this section that has agreed to be covered by an apprenticeship program's standards -c BP-16 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate (m) (1) A contractor to whom a contract is awarded, who, in performing any of the work under the contract, employs journeymen or apprentices in any apprenticeable craft or trade shall contribute to the California Apprenticeship Council the same amount that the director determines is the prevailing amount of apprenticeship training contributions in the area of the public works site. A contractor may take as a credit for payments to the council any amounts paid by the contractor to an approved apprenticeship program that can supply apprentices to the site of the public works project. The contractor may add the amount of the contributions in computing his or her bid for the contract. Council shall distribute training contributions received by the council under this subdivision, less the expenses ofthe Division of Apprenticeship Standards for administering this subdivision, by making grants to approved apprenticeship programs for the purpose of training apprentices. The funds shall be distributed as follows: area for which the training contributions were made to the council, a grant to that program shall be made. geographic area for which the training contributions were made to the council, the grant shall be divided among those programs based on the number of apprentices registered in each program. expenses of the Division of Apprenticeship Standards. Training Contribution Fund, which is hereby created in the State Treasury. Notwithstanding Section 13340 of the Government Code, all money in the Apprenticeship Training Contribution Fund is hereby continuously appropriated for the purpose of carrying out this subdivision and to pay the expenses of the Division of Apprenticeship Standards. The stipulations shall fm the responsibility of compliance with this section for all apprenticeable occupations with the prime contractor. (2) At the conclusion of the 2002-03 fiscal year and each fiscal year thereafter, the California Apprenticeship (A) If there is an approved multiemployer apprenticeship program serving the same craft or trade and geographic (B) If there are two or more approved multiemployer apprenticeship programs serving the same craft or trade and (C) All training contributions not distributed under subparagraphs (A) and (B) shall be used to defkay the hture (3) All training contriiutions received pursuant to this subdivision shall be deposited in the Apprenticeship (n) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. (0) This section does not apply to contracts of general contractors or to contracts of specialty contractors not bidding for work through a general or prime contractor when the contracts of general contractors or those specialty contractors involve less than thirty thousand dollars ($30,000). (p) All decisions of an apprenticeship program under this section are subject to Section 308 1. 4 - LABOR CODE SECTION 18 10 DEFINITION A LEGAL DAY’S WORK Eight hours labor constitutes a legal days work in all cases where the same is performed under the authority of any law of this State, or under the direction, or control, or by the authority of any officer of this State acting in his official capacity, or under the direction, or control or by the authority of any municipal corporation, or of any officer thereof. A stipulation to that effect shall be made a part of all contracts to which the State or any municipal corporation therein is a Party. 5- LABOR CODE SECTION 18 13 PENALTY FOR OVERTIME ON ANY PUBLIC WORK CONTRACT The contractor or subcontractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the respective contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. In awarding any contract for public work, the awarding body shall cause to be inserted in the contract a stipulation to this effect. The awarding body shall take cognizance of all violations of this article committed in the course of the execution of the contract, and shall report them to the Division of Labor Standards Enforcement. BP-17 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate 6- LABOR CODE SECTION 18 15 MINJMUM OVERTIME PAY e Notwithstanding the provisions of Sections 18 10 to 18 14, inclusive, of this code, and notwithstanding any stipulation inserted in any contract pursuant to the requirements of said sections, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and one-half (1.5) times the basic rate of pay. 7- LABOR CODE SECTION 1860 CONTRACT PROVISION The awarding body shall cause to be inserted in every public works contract a clause providing that, in accordance with the provisions of Section 3700 of the Labor Code, every contractor will be required to secure the payment of compensation to his employees. 8- LABOR CODE SECTION 1861 CONTRACTOR CERTIFICATION TO LABOR CODE SECTION 3700 Each contractor to whom a public works contract is awarded shall sign and file with the awarding body the following certification prior to performing the work of the contract: “I am aware of the provisions of Section 3700 of the Labor Code which require eveq 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.” 9- CULTUlWL RESOURCES In accordance with the National Historic Preservation Act of 1966, (16 U.S.C. 470), and State statutes regarding the unexpected discovery of human remains, the following procedures are implemented to insure historic preservation and fair compensation to the Contractor for delays attendant to cultural resources investigations. - In the event potential Historical, Archeological, or Cultural Resources (herein after cultural resources) are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted 1) The Engineer shall issue a “Stop Work Order” directing the Contractor to cease all construction operations at the location of such potential cultural resources find. If the find includes human remains, the County Coroner must be contacted immediately. 2) Such “Stop Work Order” shall be effective until such time as a qualified archeologist can be called to evaluate the importance of these potential cultural resources and make recommendations to the State Water Resources Control Board Cultural Resources Officer (CRO). Any “Stop Work Order” shall contain the following: a) A clear description of the work to be suspended; b) Any instructions regarding issuance of further orders by the Contractor for material services; c) Guidance as the action to be taken on subcontracts; d) Any suggestions to the Contractor as to minimization of his costs; e) Estimated duration of the temporary suspension. If the archeologist in consultation with the SWRCB CRO determines that the potential find is an important resource and warrants further investigation andor mitigation, the Engineer shall extend the duration of the ‘‘Stop Work Order” in writing, and the Contractor shall suspend work at the location of the find. Equitable adjustment of the construction contract shall be made in the following manner: 1) Time Extension If the work temporarily suspended is on the ‘‘critical path”, the total number of days for which the suspension is in effect shall be added to the number of allowable contract days. /c- BP-18 Issue Date: November 7,2003 ,--- State Revolving Fund Loan Program CCR and Boilerplate If a portion of work at the time of such suspension is not on the “critical path”, but subsequently becomes work on the critical path, the allowable contract time will be computed fiom the date such work is classified as on the critical path. 2) Additional Comuensation If, as a result of a suspension of the work, the Contractor sustains a loss which could not have been avoided by his judicious handling of forces, and equipment, or redirection of forces or equipment to perform other work on the contract, there shall be paid to the Contractor an amount as determined by the Engineer to be fair and reasonable compensation for the Contractor’s actual loss in accordance with the following: a) Idle Time of Eauiument Compensation for equipment idle time will be determined on a force account (time and materials) basis, and shall include the cost of extra moving of equipment and rental loss. The right-of-way delay factor for each classification of equipment shown in the California Department of Transportation publication entitled, huiDment Rental Rates and the General Prevailing Wane Rates, will be applied to any equipment rental rates. b) Idle Time of Labor Compensation for idle time of workers will be determined by the Engineer as “Labor” less any actual productivity factor of this portion’of the work force. c) Increased Costs of Labor and Materials Increased costs of labor and materials will be compensated only to the extent such increase was in fact caused by the suspension, as determined by the Engineer. Compensation for actual loss due to idle time of either equipment or labor shall not include markup for profit. The hours for which compensation will be paid will be the actual normal working time during which such delay condition exists, but will in no case exceed eight hours in any one day. The days for which compensation will be paid shall be full or partial calendar days, excluding Saturdays, Sundays, and legal holidays, during the existence of such delay. - BP-19 Issue Date: November 7,2003 c State RevoIving Fund Loan Program CCR and Boileqdate 10 - COMPWCE GUIDELINES FOR SRF LOAN PROGRAM MBE/WBE CONTRACT PROVISIONS OF THE STATE WATER RESOURCES CONTROL BOARD (SWRCB) DMSION OF FINANCIAL ASSISTANCE RELATIVE TO THE UTILIZATION OF MINORITY BUSINESS ENTERPRISE @€BE) AND WOMEN BUSINESS ENTERPRISE WE) ON CLEAN WATER PROGRAM CONSTRUCTION CONTRACTS IN CALIFORNIA This document and attachments shall be included by the owner as a contract provision for all construction contracts . exceeding $10,000. Compliance with the requirements of this document and attachments satisfies the MBE/WBE requirements of the U. S. Environmental Protection Agency and the SWRCB. This document supersedes any conflicting requirements. Failure to take the five (5) affirmative steps listed under Requirements, Section A, prior to bid opening and to submit “Minority Business Enterprise/Women Business Enterprise Information” (Form 4) with the bid shall cause the bid to be rejected as a non-responsive bid. Table of Contents Section Description Page 1 2 3 Approval to Award (ATA) Process .................................................................. BP-21 Prime Contractor & Recipient Responsibilities.. .............................................. BP-2 1 _a .... B.P42. .. “Good Faitli” EfTort Process ............................................................................. - 4 Non-Governmental Local Contacts .................................................................. BP-24 5 Reporting Requirements .................................................................................. BP-25 6 Defimtions ......................................................................................................... BP-25 .. 7 MBE/WBE FOXTIIS ............................................................................................. BP-27 Form 1: “Good Faith” Effort List of Contractors Solicited ........................................................ BP-28 rc Form 2: “Good Faith” Effort Bids Received List ........................................... ; ........................... BP-29 Form 3: Contractor Self Certification ......................................................................................... BP-30 Form 4: Prime Contractor/Recipient Selected MBE/WBEs ........................................................ BP-3 1 Form 5: Sample Summary of Bids Received &om Subcontractors ........................................... BP-32 Form 6: Positive Effort Certification .......................................................................................... BP-33 BP-20 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilevlate Section 1: APPROVAL TO AWARD (ATA) PROCESS REQUIRED FOR STATE REVOLVING FUND LOANS DIVISION OF FINANCIAL ASSISTANCE (DFA) The purpose of this document is to provide a summary of the MBE/WBE “good faith” effort for SRF Loan contractors and recipients. Section 1 provides the contractor and recipient with a brief overview of the ATA process. The MBWE “good faith” effort is one element of the ATA process summarized below. The ATA request package submitted to DFA for approval must contain all of the following: 1. 2. 3. 4. 5. 6. 7. 8. Completed ATA form (original must be signed by the recipient’s authorized representative or designee). A legal description of the site on which the project is to be constructed and an opinion signed by competent title counsel describing the interest the applicant has in the site, including information as to any easements and rights-of-way and certifying that the estate or interest is legal and valid. Tabulation of all bids received and the engineer’s estimate. Copy of the bid proposal chosen. Evidence of advertising (submit a copy of newspaper advertisement for the project). All MBEYWBE documentation, which includes Forms 1 through 6. Also, documentation that the local Small Business Administration and Minority Business Development Agency centers were contacted at least five (5) working days by the prime contractor prior to the need for referrals to MBWE subcontractors and documentation that invitations were sent to MBE/WBE subcontractors at least seven (7) working days prior to bid opening. A dedicated source of revenue (ordinance or resolution). Disbursements of SFW funds may take up to 90 days. Some construction costs may be ineligible for SRF funding. Provide a cash flow projection showing the source and expected time of receipt of hnds needed to meet project cash requirements. - Detailed directions for completing the ATA form are provided on the form. If you have any questions regarding the ATA process, please contact Ken Gonzales of DFA at (916) 341-5683 or gonzalek@swrcb.ca.gov. Section 2: PRIME CONTRACTOR & RECIPIENT RESPONSIBILITIES PARTICIPATION RESPONSIBILITIES FOR PRIMES AND THEIR SUBCONTRACTORS All recipients of federal funds fi-om USEPA, as well as their prime contractors and subcontractors, must make every effort to solicit bids fkom eligible MBENBEs. This information must be documented and reported to DFA as described in this document. The MBE/WBE responsibilities of the prime contractor are: 1. 2. 3. Conduct a “good faith” effort to ensure maximum MBEME participation in the project. Complete or obtain from MBENVBE subcontractors, all of the completed forms required in these guidelines and submit them to the recipient. Report actual MBE/WBE participation on a quarterly basis to the recipient. The MBE/WBE responsibilities of the recipient are: 1. Ensure that the prime contractor meets the responsibilities identified in these guidelines. 2. Submit all documentation identified in these guidelines to DFA and maintain all records in the project files for later access or auditing. rc BP-2 1 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate 3. Provide quarterly reports on MBENBE procurements to DFA. Section 3: “Good Faith” Effort Process Any public or private entity receiving federal funds must demonstrate that efforts were made to attract MBE/WBEs on any SRF contracts. The process to attract MBE/WBEs is referred to as the “good faith” effort. This effort requires the recipient, prime contractor and any subcontractors to take the steps listed below to assure that MBE/WBEs are used whenever possible as sources of supplies, construction, equipment or services. Failure to take the steps outlined below and submit Form 4, Prime Contractor/Recipient Selected MBE/WBEs, prior to bid opening, shall cause the bid to be rejected as non-responsive. Use Forms 1 through 6 to document the process. If it is not practical or possible to comply with one or more of the five steps, prepare an explanation and submit it with the ATA package. STEP 1: Divide the total requirements, when economically feasible. into small tasks or quantities to permit maximum participation. Evidence submitted must illustrate that the work was divided into small proprietary portions (e.g. paving, electrid, landscaping, revegetation). STEP 2: Establish delivery schedules, when work requirements permit. that encourage maximum MBE/WBE participation. STEP 3: Use the services of the U.S. Small Business Administration (SBA) and the Minority Business Development Agency (MBDA) of the U. S. Department of Commerce [DOC) in soliciting qualified MBE/WBEs. Utilization of these resources is required at no cost. These agencies offer several services, including hternet access to databases of MBENBEs. For additional assistance, the recipient or contractor could telephone the local offices 9f both agencies in their area (SBA Minority Enterprise Development Offices and DOC MBDA Regional Centers). The Internet web sites also include names, addresses, and phone or fax numbers of local SBA and h4BDA centers. There are contact phone numbers listed in Step 5 that will assist you in reaching the two offices if the Internet is unavailable. Do not write to these sources. - The prime contractor must provide documentation that the local SBA/MBDA offices or web sites were notified of the contracting opportunity (allow at least five working days for a response). Documentation must not only include the efforts to contact the information sources and list the contract opportunity, but also the solicitation and response to the bid request. STEP 4: Include qualified MBENBEs on solicitation lists and record the information. Solicitation should be as broad as possible. The following web sites include a list of available sources for expanding the search for eligible MBE/WBEs: http://www.sba.gov and http://www.mbda.gov. If MBE/WBE sources are not located, explain why and describe the efforts made. See Step 5 for more detailed information. I For all contracts, the prime contractor must send invitations to at least three (or all, if less than three) MBE/WBE vendors for each item of work referred by sources contacted. The invitations must adequately specify the items for which bids are requested. The record of “good faith” efforts must indicate a real desire for a positive response, such as a certified mail receipt or a documented telephone conversation. (A regular letter or an BP-22 Issue Date: November 7,2003 .- rc State Revolving Fund Loan Program CCR and Boilerplate unanswered telephone call is not an adequate “good faith” effort). A list of aII sub- bidders, including the bidders not selected, and bid amount for each item of work must be submitted. A sample list is shown in Form 5, Sample Summary of Bids Received from Subcontractors. If a low bid was not accepted, an explanation must be provided. STEP 5: Solicit available MBEs and WBEs whenever they are potential sources. The prime contractor must provide invitations to MBE/WBE sub-bidders at least seven working days prior to the bid opening date. ’ PRO-Net is the SBA’s electronic search engine, containing business profiles for nearly 200,000 businesses. The SBA requests Internet contact only. A list of potential fums downloaded fiom PRO-Net will verify that the bidder made the required contact with the SBA. Based on the federal Disadvantaged Business Enterprises (DBE) program, CALTRANS maintains a database and provides directories of minority and woman-owned firms. CPUC maintains a database of MBE/WBE-owned business enterprises and serves to inform the public. BP-23 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate c Section 4: Non-GovernmentaI Local Contacts MINORITY BUSINESS ENTERPRISEYWOMAN BUSINESS ENTERPHSE WBEmE) RESOURCES The following organizations provide sewices to identifi potential MBEMBEs. Some of the organizations charge a fee or require membership fees to provide their services. Services provided may include the entire good faith effort process for recipients that need comprehensive assistance. Humboldt Builder’s Exchange Inc. 2355 Myrtle Ave. Eureka, CA 95501 Phone #: (707) 442-3708 FAX#: (707) 442-6051 www.humvx.com California Dailv Bid AdvisorK’hallenge News 12 76 Lincoln Ave. #203 San Jose, CA 95125 Phone #: (408) 998-0241 or (800) 298-0240 rc FAX#: (408) 998-2534 California Procurement Training and Assistance Center at West Vallev 1, Wes~ Camnbell &e., Ste J70 Campbeh CA 95008 Phone #: (408) 871-4390 FAX #: (408) 3 78-2034 Contractors Assistance Center PO Box 7675 Redlands, CA 923 75 Phone #: (800) 742-4124 FAX#: (800) 742-4125 Eldridge Bid Reporter, iWKZl VBE Assistance PO Box 699 West Sacramento, CA 95691 Phone #: (91 6) 444- 7618 www.ebrbids.com FAX#: (916) 444-7731 Repis Communications Construction Bid Source Interactive 1CBSI) PO Box 568 Burson, CA 95225-0568 Phone #: (209) 772-3670 FAX#: (800) 560-7266 www. Regis-usa. com 1-800-962-4162 Riverside Communitv Colleae District Procurement Assistance Center 2038 Iowa Ave., Ste. 100 Riverside, CA 92507 Phone #: (909) 788-2559 www. resour~es4u,~om/pac FAX#: (909) 788-2515 Small Business Exchange 703 Market St., Ste. 1000 San Francisco, CA 941 03 Phone #: (415) 778-6250 wwwsbeinc. corn FAX#: (415) 778-6255 BP-24 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate Section 5: Reporting Requirements All requests for services, supplies, equipment or construction solicited by the SWRCB, other governmental agencies, non-profit agencies, or private businesses are subject to the MBE/WBE requirements. These requirements apply to the prime contractor and all subcontractors. The only exceptions to this requirement are contracts with governmental or non-profit agencies. For the duration of the contract, all primary and subcontractors will be required to report progress made in fulfilling the “good faith” effort in their quarterly reports. Failure to provide this information as stipulated in the contract language will be cause for contract termination. DFA staff will provide recipients with the forms and instructions to report their “good faith” efforts after the ATA. Once a bidder is selected, the prime contractor should compile the information required by the “good faith” effort process. All information supporting the “good faith” effort must be submitted within ten working days after the bid opening. Recipient shall review the successful bidder’s records closely to be sure that, prior to bid opening, all required “good faith” efforts were made. Failure of either the bidder or prime contractorhubcontractor to follow the process and provide the necessary information to DFA could jeopardize the bidding process. The following situations and circumstances require actions as indicated: 1. 2. 3. 4. 5. If the apparent successful low bidder was rejected a complete explanation must be provided. Each MBE/WBE fii utilized must complete and submit the Form 3, Contractor Self-certification with the bid. If additional subcontracts become necessary after the award of the prime contract, provide Form 3 to DFA within ten working days following the award of each new subcontract. Any deviation from the information provided at the time of the bid shall not result in a reduction of &€l3E/WBE participation without prior approval of Failure of the apparent low bidder to perform the five “good faith” effort steps prior to bid opening and submittal of Form 4 with the bid, will result in its bid being declared non-responsive. The contract may then be awarded to the next low, responsive, responsible bidder that meets the requirements or the recipient may re- advertise the project. The apparent successful low bidder must submit documentation to the recipient within ten working days following bid opening showing that, prior to the bid opening, all required “good faith” efforts were made. _- 6. .- .I/ Section 6: Definitions A bona fide minority or women-owned business enterprise (MBENBE) is a: (1) MBE or WBE that has submitted a “Minority or Women-Owned Business Enterprise Contractor Self-certification” Form 3, and (2) A firm that has been accepted as a bona fide MBE or WBE by the recipient. In addition, a bona fide MBENBE must be an independent business concern that is at least 5 1 % owned, controlled, and operated by minority group members (see definition of minority group member) or women. Ownership and control can be measured by: Contract work performance responsibility. 0 Management responsibility. 0 At least 51% share of profits and risk. 0 Other data (such as voting rights) that may clarify ownership or control. rc Control means exercising the power to make policy decisions. Operate means being actively involved in the day-to-day management of the business. BP-25 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boile?pIate Determination of whether a business is at least 5 1 % owned by a woman or women shall be made without regard to community property laws. An otherwise qualified WBE which is 5 1 % owned by a marhed woman in a community property state will not be disqualified because her husband has a 50% interest in her share. Similarly, a business that is 51% owned by a married man and 49% by an unmarried woman does not become a qualified WE by virtue of the wife's 50% interest in the husband's share of the business. - A joint venture is a business enterprise formed by a combination of firms under a joint venture agreement. To qualify as a bona fide MBE/WBE, the minority-owned or women-owned and controlled firms in the joint venture must: o 0 Satisfy all requirements for bona fide MBE/WBE participation in their own rights. Share a clearly defined percentage of the ownership, management responsibilities, risks, and profits of the joint venture. Only this percentage of ownership will be credited towards the MBE/WBE goal. I A minority group member is a citizen of the United States and one of the following: I 1. 2. 3. 4. 5. 7 Native American consists of American Indian, Eskimo, Aleut, and native Hawaiian. To qualify, the person must meet one of the following criteria: Native Americans are at least one-fourth Indian descent (as evidenced by registration with the Bureau of Indian Affairs). Characteristic Indian appearance and features. Characteristic Indian name. Recognition in the community as an Indian. Membership in a tribe, band, or group of American Indians (recognized by the Federal Government), as evidenced by a tribal enrollment number or similar indication. African-Americun consists of individuals having origins in any of the black racial groups of Africa: Asian-Pacific American consists of individuals having origins in any of the original peoples of the Far East, Southeast Asia, and the Indian subcontinent. This area includes, for example, China, Japan, Korea, the Philippines, Vietnam, Samoa, Guam, U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia, and Taiwan. The Indian subcontinent takes in the countries of India, Pakistan, Bangladesh, Sri Lanka, Nepal, Sikkim, and Bhutan. Hispanic American consists of individuals with origins fiorn Puerto Rico, Mexico, Cuba, or South or Central America. Only those persons fiom Central and South American countries who are of Spanish origin, descent, or culture should be included in this category. Persons fiom Brazil, Guyana, Surinam or Trinidad, for example, would be ciassified according to their race and would not necessarily be included in the Hispanic category. In addition, this category does not include persons fiom Portugali who should be classified according to race. In cases where a firm is owned and controlled by a minority woman or women, the percentage may be credited towards MBE participation or as WBE participation, or allocated, but may not be credited klly to both. Recipient - An agency (County, City, Special District, etc.) applying for a SRF loan to construct a project. rc- BP-26 Issue Date: November 7,2003 c Form# 1 2 3 (Att A) 4 (Att B) 5 6 State Revolving Fund Loan Program CCR and Boilerplate Contractor - Refers to any recipient of funds who will participate in some phase of construction. The contractor receiving funds directly from the recipient for construction is the prime contractor. Contractors working for the prime contractor are subcontractors. Description Completed By Submit To Forward To Solicitation 1 Prime Recipient DFA with ATA Bids Received List Prime Recipient DFA with ATA Self-certification MBENBE Sub Prime Recipient, DFA w/ATA Selected Subcontractors Prime (with bid) Recipient DFA with ATA Sample Summary Prime Recipient DFA with ATA Positive Effort Recipient DFA w/ATA Project Manager - If DFA staff is responsible for managing the project, the ProjectKontract Manager is responsible for review during the planning, design and contract development phases. Section 7: MBENBE Forms The following forms are provided to report project MBE/WBE information. They are available in electronic form fiom Ken Gonzales at (916) 341-5683 or gonzalek@swrcb.ca.gov. If you have any questions about completing these forms or when to turn them in, please contact Mr. Gonzales. A4 Forms, where applicable, must have original signature and date. The following table provides information on who completes each form and where the forms are to be sent: BP-27 Issue Date: November 7,2003 T d 0 .m Y State Revolving Fund Loan Program CCR and Boilerplate FORM 2 MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE (MBEMrBE) Task Description Bid Amount Selected Explanation for Not Selecting (Check) - I Contractor Name Category (MBE or WE) I I I Form for information required to be submitted with the ATA package. Issue Date: November 7,2003 BP-29 State Revolving Fund Loan Program CCR and Boilerplate FORM 3 (Attachment A) MINORITY- OR WOMEN-OWNED BUSINESS ENTERPRISE (MBErnE) CONTRACTOR SELF CERTIFICATION Firm Name: Phone: Address: Principal Service or Product: PLEASE INDICATE PERCENTAGE OF OWNERSHIP % Ownership OWBE % Ownership UMBE - 0 Prime Contractor 0 Supplier of MateriaVService 0 Subcontractor 0 Broker 0 Sole Ownership 0 Partnership 0 Corporation 0 Joint Venture I hereby certify that this firm is a Minority or Women Business Enterprise as defined in Public Contract Code, Section 101 15.1. In making this certification, I am aware of Sections 12650 et seq. of the Government Code, providing for the imposition of treble damages for making false claims against the State and Section 101 15.10 of the Public Contract Code, making it a crime to intentionally make an untrue statement in this certificate. Certified by: Title: MI3E/WBE Sub (ORIGINAL SIGNATURE AND DATE REQUIRED) Name: Date: Additional proof may be required upon written challenge of this certification by any person or agency. Falsification of this certification by a firm selected to perform federally hnded work may result in a determination that the firm is non-responsive and ineligible for hare contracts. This form must be submitted within 10 working days after the bid opening date. Issue Date: November 7,2003 BP- 30 CONTRACT RECIPIENTS NAME CONTRACT NO. OR SPECIFICATION NO. PRIME CONTRACTOR INFORMATION PROJECT DESCRIPTION 0 WBE NAME AND ADDRESS (Include ZIP Code, Federal Employer Tax ID #) PROJECT LOCATION AMOUNT OF CONTRACTS PHONE MBENBE INFORMATION 0 SUBCONTRACTOR 0 JOINT VENTURE n NONE* I 0 SUPPLIEWSERVICE 0 BROKER 0 MBE AMOUNT OF CONTRACT $ 0 WBE PHONE I NAME AND ADDRESS (Include ZIP Code,) 0 MBE 0 WBE 0 SUBCONTRACTOR 0 SUPPLIEWSERVICE 0 JOINT VENTURE 0 BROKER AMOUNTOFCONTRACT $ NAME AND ADDRESS (Include ZIP Code,) PHONE WORK TO BE PERFORMED NAME AND ADDRESS (Include ZIP Code) 0 MBE 0 WE I 0 SUBCONTRACTOR 0 JOINT VENTURE 0 SUPPLIEWSERVICE 0 BROKER AMOUNTOFCONTRACT S I PHONE ~~ NAME AND ADDRESS (Include ZIP Code) 0 SUBCONTRACTOR 0 SUPPLIEWSERVICE 0 JOINT VENTURE 0 BROKER AMOUNT OF CONTRACT $ I PHONE WORK TO BE PERFORMED TOTAL MBE AMOUNT: $ TOTAL WBE AMOUNT $ SIGNATURE OF PERSON COMPLETING FORM: TITLE: PHONE: DATE: Negative reports are required. ORIGINAL SIGNATURE AND DATE REQUIRED Failure to complete and submit this form with the bid will cause the bid to be rejected as non-responsive. I Issue Date: November 7,2003 BP- 31 State Revolving Fund Loan Program CCR and Boilerplate FORM 5 I SAMPLE SUMMARY OF BIDS RECEIVED FROM SUBCONTRACTORS I - (MBENBE & NON-MBE/WBE) THIS SUMMARY IS PREPARED BY THE PRIME CONTRACTOR ,-- *REM Sleep Co. selected over Square Fasteners, Inc. due to incomplete bid by Square Fasteners. List type of jobs alphabetically, from low to high in each category and selected low bidder. All other types of bidders such as DBE, SWBE SMBE, and Non MBE/WBE should be shown in the "Non" column. Form for information required to be submitted with the ATA package. Issue Date: November 7,2003 BP- 32 State Revolving Fund Loan Program CCR and Boilelplate FORM 6 MINORITY BUSINESS ENTERPRISENOMEN BUSINESS ENTERPRISE (MBE/WBE) POSITIVE EFFORT CERTIFICATION BY APPLICANT/RECIPIENT 1. The apparent successhl low bidder on Clean Water Program hnded project number C-06- is (name of bidder) 2. Before the State Water Resources Control Board - Division of Financial Assistance can consider requests for an Approval To Award (ATA) to any bidder the applicantlrecipient must certify to the following: MINONTY BUSINESS ENTERPRISE (MBE) The bidder has obtained % of MBE participation for this contract. WOMEN BUSINESS ENTERPRISE (ME) The bidder has obtained Also submitted are Forms 3 and 4 which contain a complete list of those MBE and WBE fums subcontracted with or with whom other types of agreements were made. The list includes the names of the fm, address, phone number and dollar amount involved. % of WBE participation for this contract. The following affirmative steps as required by 40 CFR 35.3 150 (d) have been taken: (1) The contractor divided total requirements when economically feasible, into small tasks or quantities to permit maximum participation of minority and women’s businesses. The contractor established delivery schedules, where the requirements of the work permitted, which encouraged participation by minority and women’s business. (2) ,-- (3) (4) The contractor included qualified minority and women’s businesses on solicitation lists. The contractor assures that minority and women’s businesses were solicited, whenever they were potential sources. The contractor used the services and assistance of the Small Business Administration and the Office of Minority Business Development Agency of the U.S. Department of Commerce. (5) It must be understood that the applicantlrecipient in its role as a public trustee assumes primary responsibility to achieve an acceptable level of MBE/WBE utilization. This primary responsibility is a basic condition of the award of any State Revolving Fund financial assistance. Where an applicatiodrecipient fails to meet its obligations under these requirements the applicantlrecipient may be declared nonresponsible and may have funding either annulled, suspended or terminated. In accepting these responsibilities, I hereby certify to the above. Name of ApplicantlRecipient Signature of Authorized Representative Date Name and Title of Authorized Representative This form must be submitted with the ATA package. Issue Date: November 7,2003 BP- 33 State Revolving Fund Loan Program CCR and Boilerplate 11 - THE SUBLETTING AND SUBC0NTRAC"G FAIR PRACTICES ACT Any person making a bid or offer to perform a contract shall, in his or her bid or offer, set forth the following: 1) The name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, 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 or 1 percent of the prime c~ntractor~s total bid or ten thousand dollars ($ lO,OOO), whichever is greater. 2) The portion of work that will be done by each subcontractor under this act. The prime contractor shall list only one subcontractor for each portion of work as is defined by the prime contractor in his or her bid or offer. These requirements apply to the information required relating to subcontractors certified as minority or women business enterprises. For purposes of this requirement, "subcontractor" and "prime contractor" shall have the same meaning as those terms are defined in Section 41 13 of the Public Contract Code. 12 - Executive Order 11246: 40 CFR 7.3 - EQUAL OPPORTUNITY CLAUSE (in relevant part) 'During the performance of this contract, the contractor agrees as follows: ,- (1) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affiative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 1 1246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. rules, regulations, and relevant orders of the Secretary of Labor. 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept. 24,1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. unless exempted by rule, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of Sept. 24,1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the (3) The contractor will send to each labor union or representative of workers with which he has a collective (4) The contractor will comply with all provisions of Executive Order No. 1 1246 of Sept. 24,1965, and of the (5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September (7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order r.- Issue Date: November 7,2003 BP- 34 State Revolving Fund Loan Program CCR and Boilerplate however, That in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to SEC. 203 (a) Each contractor having a contract containing the provisions prescribed in Section 202 shall file, and shall cause each of his subcontractors to file, Compliance Reports with the contracting agency or the Secretary of Labor as may be directed, Compliance Reports shall be filed within such times and shall contain such information as to the practices, policies, programs, and employment policies, programs, and employment statistics of the contractor and each subcontractor, and shall be in such form, as the Secretary of Labor may prescribe. any previous contract subject to the provisions of this Order, or any preceding similar Executive order, and in that event to submit, on behalf of themselves and their proposed subcontractors, Compliance Reports prior to or as an initial part of their bid or negotiation of a contract. understanding with a labor union or an agency refemng workers or providing or supervising apprenticeship or training for such workers, the Compliance Report shall include such information as to such labor union's or agency's practices and policies affecting compliance as the Secretary of Labor may prescribe: Provided, That to the extent such information is within the exclusive possession of a labor union or an agency referring workers or providing or supervising apprenticeship or training and such labor union or agency shall refine to furnish such information to the contractor, the contractor shall so certify to the contracting agency as part of its Compliance Report and shall set forth what efforts he has made to obtain such information. (d) The contracting agency or the Secretary of Labor may direct that any bidder or prospective contractor or subcontractor shall submit, as part of his Compliance Report, a statement in writing, signed by an authorized officer or agent on behalf of any labor union or any agency referring workers or providing or supervising apprenticeship or other training, with which the bidder or prospective contractor deals, with supporting information, to the effect that the signer's practices and policies do not discriminate on the grounds of race, color, creed, or national origin, and that the signer either will affirmatively cooperate in the implementation of the policy and provisions of this Order or that it consents and agrees that recruitment, employment, and the terms and conditions of employment under the proposed contract shall be in accordance with the purposes and provisions of the Order. In the event that the union, or the agency shall refuse to execute such a statement, the Compliance Report shall so certify and set forth what efforts have been made to secure such a statement and such additional factual material as the contracting agency or the Secretary of Labor may require. enter into such litigation to protect the interests of the United States. (b) Bidders or prospective contractors or subcontractors may be required to state whether they have participated in (c) Whenever the contractor or subcontractor has a collective bargaining agreement or other contract or rc 13 - 41 CFR 60-1.4 NONDISCRIMINATION CLAUSE NONDISCRIMINATION CLAUSE During the performance of this contract, the contractor agrees as follows: religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24,1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. rules, regulations, and relevant orders of the Secretary of Labor. (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, (3) The contractor will send to each labor union or representative of workers with which he has a collective (4) The contractor will comply with all provisions of Executive Order 11246 of September 24,1965, and of the *- Issue Date: November 7,2003 BP- 35 State Revolving Fund Loan Program CCR and Boilerplate (5) The contractor will fish all information and reports required by Executive Order 1 1246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for fiuther Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24,1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 1 1246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) the contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24,1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. (b) Federally assisted construction contracts. (1) Except as otherwise provided, each administering agency shall require the inclusion of the following language as a condition of any grant, contract, loan, insurance, or guarantee involving federally assisted construction which is not exempt from the requirements of the equal opportunity clause: - The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with hds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: - (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affitive action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24,1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24,1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, (3) The contractor will send to each labor union or representative of workers with which he has a collective (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of - Issue Date: November 7,2003 BP- 36 State Revolving Fund Loan Program CCR and Boilerplate (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will fimish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency’s primary responsibility for securing compliance. Executive Order 11246 of September 24,1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part 11, Subpart D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate .-- September 24,1965, so that The applicant further agrees that it will refkin from entering into any contract or contract modification subject to - legal proceedings. (c) Subcontracts. Each nonexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts. (d) Incorporation by reference. The equal opportunity clause may be incorporated by reference in all Government contracts and subcontracts; including Government bills of lading, transportation requests, contracts fordeposit of Government funds, and contracts for issuing and paying US. savings bonds and notes, and such other contracts and subcontracts as the Deputy Assistant Secretary may designate. considered to be a part of every contract and subcontract required by the order and the regulations in this part to include such a clause whether or not it is physically incorporated in such contracts and whether or not the contract between the agency and the contractor is written. (0 Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to idenhfy properly the parties and their undertakings. [43 FR 49240, Oct. 20, 1978, as amended at 62 FR 66971, Dec. 22,19971 . (e) Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be Issue Date: November 7,2003 BP- 37 State Revolving Fund Loan Program CCR and Boilerplate 1. During the performance of this contract, contractor and its subcontractors shall not unlafily discriminate against any employee or applicant for employment because of sex, race, religion, color, national origin, ancestry, physical disability (including HIV and AIDS), mental disability, medical condition (cancer), marital status, age (over 40) or denial of family care leave. Contractors and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are fkee of such discrimination and harassment. Contractors and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code Section 12900 (a-f) et seq.) and the applicable regulations promulgated thereunder (California Administrative Code, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12900 (a-0, set forth in Chapter 5 of Division 4 of Title 2 or the California Administrative Code are incorporated into this contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractor shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. The contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the contract. 2. THE UNDERSIGNED CERTIFIES THAT THE CONTRACTOR WILL COMPLY WITH THE ABOVE REQUIREMENTS. CONTRACTOR OR SUBCONTRACTOR NAME: CERTIFIED BY: NAME: TITLE: ,- SIGNATURE: DATE: Issue Date: November 7,2003 BP- 38 State Revolving Fund Loan Program CCR and Boilerplate 14 - 41 CFR 60-4.2 CONSTRUCTION CONTRACTORS--AFFIRMATIVE ACTION REQUIREMENTS (in relevant part) Notice of requirement for Affirmative Action to ensure Equal Employment Opportunity (EEO) by Executive Order 11246, as amended by Executive Order 11375. 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Time- Goals for minority participation Goals for female participation tables for each trade for each trade Contract Dates: , .- 16.9% ~ 6.9% Contact the Division of Financial Assistance, Ken Gonzales at (9 16) 34 1-5683 for assistance with the minority goal and tables (gonzalesk@swrcb.ca.gov). The Office of Federal Contract Compliance Programs' web site for compliance issues and preaward registry is at http://www.dol.gov/esa/welcome. These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non-federally involved construction. /-- The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good fai@ effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 4 1 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (notify the applicable Regional Office found at www.dol.aov/esa) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting fiom this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this Notice, and in the contract resulting fiom this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county and city, if any). 5 60-4.3 Equal opportunity clauses (in relevant part) Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 1 1246) Issue Date: November 7,2003 BP- 39 State Revolving Fund Loan Program CCR and Boilerplate 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation fiom which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and .. (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affitive action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith -3 performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. c - 4 * . 1.- 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Constructiofi contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained fiom any Office of Federal Contract Compliance Programs ofice or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 1 1246, or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. rc Issue Date: November 7,2003 BP- 40 State Revolving Fund Loan Program CCR and Boileqdate 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file bf the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral fiom a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and.was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities andor participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs fimded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, a~ual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. ~ g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, tennination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. /c Issue Date: November 7,2003 BP- 41 State Revolving Fund Loan Program CCR and Boilerplate j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. rc k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations undef these specifications are being carried out. n. Ensure that all facilities and company activities are Non-Segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. 0. Document and maintain a record of all solicitations of offers for subcontracts fiom minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affitive action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affiative action obligations (7a through p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to docuplentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. - .(* 9. A single goal for minorities and a separate single goa€ for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or af€irmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 1 1. The Contractor shall not enter into any Subcontract with any person or fum debarred fkom Government I contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 1 1246, as amended, and its implementing regulations, by the Ofice of Federal Contract Compliance Programs. Any Contractor who 'fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results fiom its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 4 1 CFR 60-4.8. c BP- 42 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 15 - ELIMINATION OF SEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY-ASSISTED CONSTRUCTION CONTRACTORS (a) A Certification of Non-Segregated Facilities, as required by the May 9, 1967 Order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a Federally-assisted construction contract exceeding $10,000 which is not exempt fiom the provisions of the Equal Opportunity Clause. (b) Contractors receiving Federally-assisted construction contract awards exceeding $10,000 which, are not exempt fiom the provisions of the Equal Opportunity Clause, will be required to provide for the forwarding of the following notice to prospective subcontractors for supply and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES - (a) A Certification of Non-Segregated Facilities, as required by the May 9, 1967 Order (32 F.R. 7439, May 19,1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. I ~ *, (b) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supply and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. Issue Date: November 7,2003 BP- 43 State Revolving Fund Loan Program CCR and Boilevlate rc- 16 - CERTIFICATION OF NON-SEGREGATED FACILITIES Environmental Protection Agency Region M 75 Hawthorne Street San Francisco, California 94105 CERTIFICATION OF NON-SEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000 which are not exempt fiom the Equal Opportunity Clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, restrooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, transportation, and housing facilities provided €or employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications &om proposed subcontractors for specified time period) he will obtain identical certifications fi-om proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt form the provisions of the Equal Opportunity Clause, and that he will retain such certifications in his files. Signature Date Name and Title of Signer (Please Type) Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 Issue Date: November 7,2003 BP- 44 State Revolving Fund Loan Program CCR and Boilerplate 17 - DRUG-FREE WORKPLACE CERTIFICATION .- DRUG-FREE WORKPLACE CERTIFICATION CONTRACTOWAPPLICANT: The contractor or applicant named above hereby certifies compliance with Government Code Section 8355 in matters relating to providing a drug-ftee workplace. The above named contractor or applicant will: 1. Publish a statement notifylng employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355(a). 2. Establish a Drug-Free Awareness Program as required by Government Code Section 8355(b), to inform employees about all of the following: (a) The dagers of drug abuse in the workplace, ’ (b) The person’s or organization’s policy of maintaining a drug-free workplace, (c) Any available counseling, rehabilitation and employee assistance programs, and (d) Penalties that may be imposed upon employees for drug abuse violations. 3. Provide as required by Government Code Section 8355(c), that every employee who works on the proposed contract or loan: (a) Will receive a copy of the company’s drug-ftee policy statement, and (b) Will agree to abide by the terms of the co-mpany’s statement as a condition of employment on the contract - or loan. CERTIFICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification, executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California. OFFICIAL’S NAME: DATE EXECUTED . EXECUTED M COUNTY’ OF: CONTRACTOWAPPLICANT SIGNATURE: TITLE: Issue Date: November 7,2003 BP- 45 State Revolving Fund Loan Program CCR and Boilerplate 18 - PART 32--GOVERNMENT WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) AND GOVERNMENT WIDE REQUIREMENTS FOR DRUG-FREE WORKPLACE (GRANTS) ,- Appendix A to Part 32--Certification Regarding Debarment, Suspension, and Other Responsibility Matters--Primary Covered Transactions Instructions for Certification 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person fiom participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when 'the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. ----- 6. The prospective primary participant agrees by submitting this proposal that., should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded fkom participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant Mer agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded fiom the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non- procurement Programs. 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this - Issue Date: November 7,2003 BP- 46 State Revolving Fund Loan Program CCR and Boilerplate transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. c Certification Regarding Debarment, Suspension, and Other Responsibility Matters--Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of hud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or'commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period'preceding this applicatiodproposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Appendix B to Part 32--Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions Instructions for Certification - 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal, Government the department or agency with which this transaction originated may pursue available remedies, including suspension andor debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terns covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded ti-om participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. - Issue Date: November 7,2003 BP- 47 State Revolving Fund Loan Program CCR and BoiIerpIate 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and fiequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. rc 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded fiom participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 19 - RESPONSIBILITY FOR REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES; CONTRACTS AND PROVISIONS GOVERNMENT CODE SECTION 42 15 (in relevant part) - In any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified bythe public agency in the plans and specifications made a part ofthe invitation for bids. The contract documents shall include provisions to compensate the contractor for the costs of locating, repairing damage not due to the failure of the contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The contract documents shall include provisions that the contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure ofthe public agency or the owner of the utility to provide for removal or relocation of such utility facilities. . 20 - SUBMI'ITING OF BIDS AND AGEEING TO ASSIGN GOVERNMENT CODE SECTION 4552 (in relevant part) In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing 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 fiom purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. (1978) Issue Date: November 7,2003 BP- 48 State Revolving Fund Loan Program CCR and Boilerplate 2 1 - NON-COLLUSION AFFIDAVIT PUBLIC CONTRACT CODE SECTION 7 106 .- NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California county of ss ; being fmt duly sworn, deposes and says that he or she is of the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a faIse or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refiain fiom bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fa any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. personally known to me OR proved(t0 me, on the basis of satisfactory evidence to be the person(s) whose =e(s), idare subscribed to the within inskunent and acknowledged to me that hdshelthey executed the same in hishedtheir authorized capacity(ies), and that by his/herltheir signatures@) on the instrument the person(s), or entity upon behalf of which the person(s) acted, executed the instrument. Subscribed and sworn to before me on (Notary Public) Issue Date: November 7,2003 BP- 49 State Revolving Fund Loan Program CCR and Boilerplate 23- LABOR CODE SECTION 6500 6500. injury, the division shall require the issuance of a permit prior to the initiation of any practices, work, method, operation, or process of employment. The permit requirement of this section is limited to employment or places of employment that are any of the following: (a) For those employments or places of employment that by their nature involve a substantial risk of -_ (1) Construction of trenches or excavations that are five feet or deeper and into which a person is required to descend. (2) The construction of any building, structure, falsework, or scaffolding more than three stories high or the equivalent height. (3) The demolition of any building, structure, falsework, or scaffold more than three stones high or the equivalent height. (4) The underground use of diesel engines in work in mines and tunnels. This subdivision does not apply to motion picture, television, or theater sages or sets, including. but not (b) limited to, scenery, props, backdrops, flats, greenbeds, and grids. stages or sets, if there has occurred within any one prior calendar year in any combination at separate locations three serious injuries, fatalities, or serious violations related to the construction or demolition of sets more than 36 feet in height for the motion picture, television, and theatrical production industry. An annual permit shall be required for employers who construct or dismantle motion picture, television, or theater stages or sets that are more than three stories or the equivalent height. A single permit shall be required under this subdivision for each employer, regardless of the number of locations where the stages or sets are located. An employer with a currently valid annual permit issued under this subdivision shall not be required to provide notice to the division prior to commencement of any work activity authorized by the permit. The division may adopt procedures to permit employers to renew by mail the permits issued under this subdivision. For purposes of this subdivision, "motion picture, television, or theater stages or sets" include, but are not limited to, scenery, props, backdrops, flats. greenbeds, and grids. On or after January 1,2000, this subdivision shall apply to motion picture, television, or theater . ..,, 24 - PUBLIC CONTRACT CODE SECTION 7105 7105. cost of repairing or restoring damage to the work, which damage is determined to have been proximately caused by accordance with accepted and applicable building standards and the plans and specifications of the awarding authority. However, contracts may include provisions for terminating the contract. The requirements of this section shall not be mandatory as to'construction contracts financed by revenue bonds. This section shall not prohibit a public agency from requiring that a contractor obtain insurance to indemnify the public agency for any damage to the work caused by an act of God if the insurance premium is a separate bid item. rf insurance is required, requests for bids issued by public agencies shall set forth the amount of the work to be covered and the contract resulting from the requests for bids shall require that the contractor furnish evidence of satisfactory insurance coverage to the public agency prior to execution of the contract. (a) Construction contracts of public agencies shall not require the contractor to be responsible far the an act of God, in excess of 5 percent of the contracted amount, provided. that the work damaged is built in ; *- (b) (1) For the purposes of this section: "Public agency" shall include the state, the Regents of the University of California, a city, county, district, public authority, public agency, municipal utility, and any other political subdivision or public corporation of the state. "Acts of God" shall include only the following occurrences or conditions and effects: earthquakes in excess of a magnitude of 3.5 on the Richter Scale and tidal waves. Public agencies may make changes in construction contracts for public improvements in the course of construction to bring the completed improvements into compliance with environmental requirements or standards established by state and federal statutes entered into. The contractor shall be paid for the changes in accordance with the provisions of the contract governing payment for changes in the work or, if no provisions are set forth in the contract, payment shall be as agreed to by the parties. include the power, by mutual consent of the contracting parties, to terminate, amend, or modify any contract within the scope of such authority. (2) (c) (d) (1) Where authority to contract is vested in any public agency, excluding the state, the authority shall .- BP-50 l- e State Revolving Fund Loan Program CCR and Boilerplate (2) Paragraph (1) shaIl not apply to contracts entered into pursuant to any statute expressly requiring that contracts be let or awarded on the basis of competitive bids. Contracts of public agencies. excluding the state, required to be let or awarded on the basis of competitive bids pursuant to any statute may be terminated, amended, or modified only if the termination, amendment, or modification is so provided in the contract or is authorized under provision of law other than this subdivision. The compensation payable, if any, for amendments and modifications shaI1 be determined as provided in the contract. The compensation payabIe. if any, in the event the contract is SO terminated shall be determined as provided in the contract or applicable statutory provision providing for the termination. (3) at the discretion of the public agencies. Contracts of public agencies may include provisions for termination for envjronmental considentions 25 - PUBLIC CONTRACT CODE SECTION 9203 9203. improvement of any public structure. building, road, or other improvement, of any kind which will exceed in cost a total of five thousand dollars ($5,000), shall be made as the Iegislative body prescribes upon estimates approved by the legislative body, but progress payments shall not be made in excess of 95 percent of the percentage of actual work completed plus a like percentage of the value of material delivered on the ground or stored subject to, or under the control of, the local agency, and unused. The local agency shall withhold not less than 5 percent of the contract price until final completion and acceptance of the project. However, at any time after 50 percent of the work has been completed, if the legislative body finds that satisfactory progress is being made, it may make any of the remaining progress payments in full for actual work completed. to a twenty-five thousand dollar ($25,000) limit for purposes of subdivision (a). (a) Payment on any contract with a local agency for the creation, construction. alteration, repair, or (b) Notwithstanding the dollar limit specified in subdivision (a), a county water authority shall be subject BP-51 c 13500 1351 0 13520 13530 13540 13550 13560 13561 13563 13570 13580 13600 16050 TECHNICAL SPECIFICATIONS FOR ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT: SCADA INTEGRATION Computer Control System ..................................................................................... Computer System Hardware ................................................................................. Computer System Software .................................................................................. Programmable Logic Controllers & 13530A1, -A2 I/O Lists ................................... Communication Equipment ................................................................................... Software Control Block Descriptions ..................................................................... Instrumentation General Requirements ................................................................ Panel Mounted Instruments .................................................................................. Pressure and Level Instruments ........................................................................... Panel, Consoles, and Appurtenances ................................................................... Uninterruptible Power Supply ................................................................................ Solar .Energy Equipment ....................................................................................... Electrical ............................................................................................................... Section 13500 COMPUTER CONTROL SYSTEM Data Sheet Para- Description Data Units graph General (PR 1-1 & 1-2) System designation Supenisory Control and Data Acquisition (SCADA) System 6 C Distributed Control System C Plant Control System r Other When "Other" is selected, indicate alternative. . ., I Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -1 - 134538 February 2005 iystem equipment P Computer system hardware (13510) F Computer system software (1 3520) Programmable logic controllers (1 3530) I- Remote terminal units (13531) r Distributed control units (13532) P Communications equipment (13540) Software control block descriptions (13550) Instrumentation - General E Requirements (13560) p Panel Mounted Instruments (13561) r Flow Instruments (13562) Pressure and LewI Instruments (1 3563) b Analytical Instruments (13564) r Miscellaneous Instruments (13565) Panels, consoles, and -1When"Other" is selected indicate 1-7 01 General Equipment Requirements required 1,2.01 5 Years supplier's experience required &2JJ3 Listed or labeled by approved testing laboratory 1 la1 terna tive Attached as an appendix to Section 1 3530 I * ._ fl r Attached to this Data Sheet r Furnished later C Located on the drawings fl Yes r No C;: Yes r No r UL Other Encina Basin Water Reclamation Program 13500 Phase I1 Project SCADA Integration - -2- 134538 February 2005 Spare Parts Performance and Design Requirements (PR 2-2 & 2-3) Power Supply - Type 7-3.04 Uninterruptible power supply (UPS) Provisions for the number of future RTU's or PLC's Provisions for the total number of future I/O points Provisions for the number of future operator workstations. Provisions for the number of future communications channels Configuration (PR 2-5) Software configuration to be performed by: 7-5 d When configuration by Owner or Engineer is selected: Number of working days for on-site assistance 7-5 e, When configuration by Owner or Engineer is selected: Number of hours for telephone assistance When configuration by Owner or Engineer is selected: Supply of system at OWNER'S or the ENGINEERS offices located at: 2=ZL When configuration by Owner or Engineer is selected: Required delivery date When configuration by Owner or Engineer is selected: Configuration peripherals to be supplied with the system 2-5.02 When configuration by CONTRACTOR selected, minimum number of custom graphic displays to be provided. 7-5.03 When configuration by CONTRACTOR is selected, minimum number of separate daily reports to be provided. Systems Check (PR 3-2) Encina Basin Water Reclamation Program Phase II Project SCADA Integration ~ r Three phase and neutral (TPN) r Three phase (TP) @ Single phase and neutral (SPN) @ Yes r No No. No. No. No. I r Owner or Engineer C SYSTEM SUPPLIER 1Na- h Color ddeo copier r Field control deice 50 No. 5 No. 13500 -3- 134538 February 2005 Field manager required Number of working days for Site Acceptance Testing Provide written Site Acceptance Test Report Operational Demonstration Training (PR 3-4) 3 Video Taping required on and wiring procedures 3-4.02 Instrument Training required L I 6 Yes r No I I p. 2 p. I 6? SYSTEM SUPPLIER’S Engineer E Programmer I I r No (2) per remote site 15) Operation’s Building SCADA G Yes r No I I 6 Yes r No r Yes 6 No G Yes CNO Encina Basin Water Reclamation Program SCADA Integration 13500 Phase li Project -4- 134538 February 2005 f Required hours at CONTRACTOR No. facility Number of students at No. CONTRACTOR facility Required hours at OWNER facility 4 No. Number of students at OWNER 4 No. facility Training required 3-4.03 Control System Maintenance Yes r No ~~ ~~~ ~ Number of students at No. CONTRACTOR facility Required hours at OWNER facility 40 No. Number of students at OWNER 4 No. facility .& Operator training required (Pre- r Yes I (Required hours at CONTRACTOR 1 (No. 4.04.01 Installation) 91 rz No Required hours at CONTRACTOR None facility Number of students at None CONTRACTOR facility Required hours at OWNER facility None Number of students at OWNER facility 3 Operator training required (Post- G Yes 4WQl Installation) r No 3-4 05 Required hours at OWNER facility No Number of students at OWNER 8 No. facility Programmer training required (HMI G Yes r No Software) 16 Hrs Max per student Required hours at OWNER or Engineer’s facility Number of students at OWNER or Engineer’s facility 3-4.06 Programmer training required (PLC G Yes Software) OWNERS Facility - 40 Hrs OWNERS Facility- 4 Students No. No. r No Required hours at OWNER or Engineer’s facility Number of students at OWNER or Engineer‘s facility i OWNERS Facility- 40 Hrs No. OWNERS Facility - 8 students No. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -5- 134538 February 2005 Supplemental Training required Required hours at OWNER facility Number of students at OWNER. 40 No. 8 No. lfacility 1 I I Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -6- 134538 February 2005 Section 13500 COMPUTER CONTROL SYSTEM PART1 - GFNFRAl 1-1. SCOPE. This section covers the furnishing and installation of a computer control system as designated and as required. The system shall be furnished as specified, complete with the furnishing and installation of a system of programmable controllers, input/output hardware, remote site communications equipment, instrumentation, application software programming, and all devices, accessories, appurtenances, testing and training required to provide a Supervisory Control and Data Acquisition (SCADA) system for the Encina Basin Recycled Water Distribution System. The scope includes providing remote monitoring and control of the following recycled water sitedfacilities from the Recycled Water Control Center at the Carlsbad Operations Building: Reservoir C Mahr Reservoir (PLC by others), CONTRACTOR to provide Modem and SCADA Graphics for data read from the Mahr Reservoir PLC Corinthia / Melrose (Rancho Santa Fe Road) Flow Metering Station (RTU by others). Programming of the RTU by CONTRACTOR Recycled Water Pump Station at Carlsbad WRF Joint Use Facilities. (PLC programmed and supplied by others). Twin D Recycled Water Pump Station + RWPRV Station + PWPRV Station Bressi Recycled Water Pump Station Calavera Recycled Water Pump Station Faraday Pressure Reducing Station (RTU by others). Programming of RTU by CONTRACTOR. La Costa Pressure Reducing Station (RTU by others). Programming of, RTU by CONTRACTOR Avenida Encinas Pressure Reducing Station (RTU by others). Programming of RTU by CONTRACTOR 1-1.01. Terminoloav . When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -7- 134538 February 2005 1-1.02. Associated Sectims . This section also includes the equipment and services specified in the following sections and Data Sheets as required. Section 1351 0 ,Section I 3520 Section 13530 Section 13540 Section 13550 Section 13560 Section 13561 Section 13563 Section 13570 Section 13580 Section 13600 COMPUTER SYSTEM HARDWARE COMPUTER SYSTEM SOFTWARE PROGRAMMABLE LOGIC CONTROLLERS MULTIPLE ADDRESS RADIO EQUIPMENT SOFTWARE CONTROL BLOCK DESCRIPTIONS INSTRUMENTATION - GENERAL REQUIREMENTS PANEL MOUNTED INSTRUMENTS PRESSURE AND LEVEL INSTRUMENTS PANELS, CONSOLES, AND APPURTENANCES UNINTERRUPTIBLE POWER SUPPLY SOLAR ENERGY EQUIPMENT 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.01. vt Re- . As required, the General Equipment Requirements shall apply to all equipment provided under this section. The supplier shall have as a minimum 5 years in the design, coordination and supply of computer-based monitoring, control, and data acquisitiipn systems. 1-2.02. Ihuings. The drawings indicate locations and arrangements of equipment and may include input/output lists and block and one-line diagrams showing connections and interfaces with other equipment. The input/output (I/O) lists are included as required. 1-2.03. Codes. Pertnitsand materials used shall be in accordance with the National Electrical Code, and with applicable local regulations and ordinances. Where mandated by codes, panels, . All work performed and all Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -8- 134538 February 2005 assemblies, materials, and equipment shall be listed by Underwriters' Laboratories or other testing organizations acceptable to the governing authority as required. CONTRACTOR shall, as part of their work, arrange for and obtain all necessary permits, inspections, and approvals by the authorities having local jurisdiction of such work. This shall include any third-party inspections and testing of panels and equipment. 1-2.04. -S Qualifications . Equipment and software furnished under this section and under other related sections listed in the Scope paragraph above shall be designed, coordinated, and supplied by a single manufacturer or supplier. The CONTRACTOR shall be regularly engaged in the business of supplying computer-based monitoring, control, and data acquisition systems. The CONTRACTOR shall coordinate all control system related items, to check- out and calibrate instruments, and to perform all testing, training, and startup activities specified to be provided. The CONTRACTOR shall have the following minimum qualifications: The CONTRACTOR shall maintain a design ofice staffed with qualified technical design personnel. The CONTRACTOR shall maintain competent and experienced service personnel to service the hardware and software furnished for this project. e The CONTRACTOR shall furnish references including contact names, telephone numbers, and general project description for three similar projects completed in the last five (5) years. The users and project lists shall be for similar control equipment, software, and type of projects. - .. - 1-2.05. Coordination. Systems supplied under this section shall be designed and coordinated by CONTRACTOR'for proper operation with related equipment and materials furnished by other suppliers under other sections of these specifications, under other contracts, and, where applicable, with related existing equipment. All equipment shall be designed and installed in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the manufacturer, and the manufacturer of the related equipment. Existing Contract Documents relating to the work sites can be obtained from the OWNER. 1-2.06. & ' . Related equipment and materials may include, but will not be limited to, instrumentation, motor controllers, valve actuators, chemical feeders, analytical measuring devices, conduit, cable, and piping as described in other sections or furnished under other contracts. 1-3. GENERAbREQUIRFMFNTS. The drawings and specifications indicate the extent and general arrangement of the systems. If any departures from the drawings or specifications are deemed necessary by CONTRACTOR, details of Encina Basin Water Reclamation Program Phase II Project -9- SCADA Integration 13500 134538 February 2005 such departures and the reasons shall be submitted to ENGINEER for review with or before the first stage submittal. No departures shall be made without prior written acceptance. The specifications describe the minimum requirements for hardware and software, Where CONTRACTORS standard configuration includes additional items of equipment or software features not specifically described herein, such equipment or features shall be furnished as a part of the system and shall be warranted as specified herein. 1-3.01. Governina~. . Equipment furnished under this section shall be designed, constructed, and tested in accordance with IEEE 519, ANSI C37.90, FCC Part 15 - Class A, and NEMA ICs-1 -1 09.60. .. 1-3.02. Dimensianal l3&mhxi . Layout dimensions will vary between manufacturers and the layout area indicated on the drawings is based on typical values. The CONTRACTOR shall review the contract drawings, the manufacturer's layout drawings and installation requirements, and make any modifications requisite for proper installation subject to acceptance by ENGINEER. At least three feet of clear access space shall be provided in front of all components of the computer control system components. 1-3.03. War- . . CONTRACTOR shall guarantee all equip- ment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses 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 for testing. . Reference to standards and organizations in the .. 1-3.04. Abbrevlatlons Specifications shall be by the following abbreviated letter designations: ANSI American National Standards Institute ASTM American Society for Testing and Materials AWG American Wire Gage FCC Federal Communications Commission IEEE Institute of Electrical and Electronics Engineers Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -1 0- I 34538 February 2005 I ISA Instrument Society of America NEC National Electrical Code i NEMA National Electrical Manufacturers Association UL Underwriters' Laboratories 1-4. Wm. Complete dimensional, assembly, and installation drawings, wiring and schematic diagrams; and details, specifications, and data covering the materials used and the parts, devices and accessories forming a part of the system furnished, shall be submitted in accordance with the submittals section. Submittal data shall be grouped and submitted in three separate stages. The submittal for each stage shall be substantially complete. Individual drawings and data sheets submitted at random intervals will not be accepted for review. Equipment tag numbers or identifications used on the drawings shall be referenced where applicable. 1-4.01. ' . The first stage submittal shall include the following items. a. b. C. d. e. f. g. A detailed list of any exceptions, functional differences, or discrepancies between the system proposed by CONTRACTOR and this specification. Product catalog cut sheets on all hardware items, clearly marked to show the model number, optional features, and intended service of each device. A brief, concise description of the proposed system, including major hardware and software components, field services, and personnel training. A block diagram or schematic drawing showing the principal items of equipment furnished, including model numbers, and their interrelationships. Drawings showing floor space or desktop area requirements for all equipment items, including allowances for door swings and maintenance access. Environmental and power requirements, including heat release information for each equipment item. Standard system engineering and user manuals describing the use of the system and application programming techniques for creating reports, graphics, database, historical records, and adding new Encina Basin Water Reclamation Program Phase II Project -11- SCADA Integration 13500 134538 February 2005 process I/O nodes to the system. ..I . . h. Standard field termination drawings for all process inputloutput equipment, showing typical terminations for each type of point available in the system. i. A copy of the proposed software licenses for all software associated with the system. 1-4.02. Secov ' . Before any equipment is released for shipment to the site and before factory testing is scheduled, the following data shall be submitted. At CONTRACTOR'S option, the first and second stage submittals may be combined. a. Detailed functional descriptions of all software modules specified and furnished as part of CONTRACTORS standard system. The descriptions shall be identified with the applicable specification paragraph. b. Complete panel fabrication drawings and details of panel wiring, piping, and painting. Panel and subpanel drawings shall include overall dimensions, metal thickness, door swing, mounting details, weight, and front of panel arrangement to show general appearance, with spacing and mounting height of instruments and control devices. C. Wiring and installation drawings for all interconnecting wiring between components of the system and between related equipment and the equipment furnished under this section. Wiring diagrams shall show complete circuits and indicate all connections. If panel terminal designations, interdevice connections, device features and options, or other features are modified during the fabrication or factory testing, revised drawings shall be submitted before shipment of the equipment to the site. d. Review of drawings submitted prior to the final determination of related equipment shall not relieve CONTRACTOR from supplying systems in full compliance with the specific requirements of the related equipment. e. InpuVoutput listings showing point names, numbers, and addresses. Inputloutput identification numbers from the contract documents shall be cross-referenced in this submittal. f. Proposed lesson plans or outlines for all training courses specified herein, includinn schedule, instructors' qualifications and experience, Encina Basin Water Reclamation Program Phase II Project -1 2- SCADA Integration 13500 134538 February 2005 and recommended prerequisites. 1-4.03. Third StagfSu bmittal. Complete system documentation, in the form of Operation and Maintenance Manuals, shall be submitted before the commence- ment of field acceptance testing. Operation and Maintenance Manuals shall include complete instruction books for each item of equipment furnished. Where instruction booklets cover more than one specific model or range of device, product data sheets shall be included which indicate the device model number and other special features. A complete set of "as-built" wiring, fabrication, and interconnection drawings shall be included with the manuals. If field-wiring modifications are made after these drawings are submitted, the affected drawings shall be revised and resubmitted. ! 1-5. PRFPARATlON FOR SHIPMFN'I: . All electronic equipment and instruments shall be suitably packaged to facilitate handling and to protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the elements, shall be kept dry at all times, and shall not be exposed to adverse ambient conditions. Painted surfaces shall be protected against impact, a brasion, discoloration, and other damage. Painted surfaces that are damaged prior to acceptance of equipment shall be repainted to the satisfaction of ENGINEER. Each shipment shall include an appropriate shipping list that indicates the contents of the package, including the specific instrument tags. The shipping list shipping list shall also contain any cautionary notes regarding storage of the instruments, including requirements to protect the instrument from static discharge, desensitizing chemicals (solvents, paints, etc.), or ambient atmospheric conditions. shall be accessible without exposing the-instruments to the atmosphere. The . 6. r ...** P , Individual instruments shall be appropriately tagged or labeled to positively identify the device. All identification shall be visible without the need to unpack the instrument from its protective packaging. Instrument shipment and storage requirements shall be coordinated with ENGINEER or OWNER prior to shipment. CONTRACTOR shall provide adequate storage and be ready to accept the shipment before shipping any equipment to the site. Additional shipping and storage requirements shall be as detailed in the individual instrument specifications. Components which are shipped loose due to transportation limitations shall be assembled and disassembled by the manufacturer prior to shipment to assure that all components fit together and are adequately supported. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -1 3- 134538 February 2005 1-6. PFI IVFRY? STORAGF. AND SHIPPING . Shipping shall be in accordance with the shipping section. Handling and storage shall be in accordance with the handling and storage section. 1-7. SPARF PARTS. Spare parts and consumable items shall be provided as required. 1-7.01. Packaalna ' . All spare parts shall be delivered to OWNER before final acceptance of the system. Packaging of spare parts shall provide protection against dust and moisture and shall be suitable for storage. Circuit boards and other electronic parts shall be enclosed in anti-static material. All packages shall be clearly marked with the manufacturer's name, part number or other identifi- cation, date of manufacture, and approximate shelf life. 1-7.02. w. CONTRACTOR may utilize spare parts and supplies during system installation, de-bugging, startup, or training, but shall restore all such materials and supplies to the specified quantities before final acceptance of the systems. 2-1. GFNFRAI RFQUIREMENTS. All equipment furnished under each section referenced in SCOPE is a part of this section and shall be selected by CONTRACTOR for its superior quality and intended performance. Equipment and materials used shall ,be. subjct to review. 2-1.01. Standard Products. The systems furnished shall be standard products. Where two or more units of the same type of equipment are supplied, they shall be the products of the same manufacturer; however, all components of the systems furnished hereunder need not be the products of one manufacturer unless specified herein. 2-2. PFRFORMANCF AND nFSlGN RFQl JIRFMFNTS . The design of the systems furnished hereunder shall utilize concepts, techniques and features that provide maximum reliability and ease of maintenance and repair. The systems shall include board-level devices such as light emitting diodes or other indicators to facilitate quick diagnosis and repair. Diagnostic software shall be furnished to facilitate system-level troubleshooting. 1 Where redundant hardware is provided, the system shall be capable of performing all specified functions, without reconfiguring hardware or software, with only one device of each category in service. Encina Basin Water Reclamation Program ' 13500 SCADA Integration Phase II Project -1 4- 134538 February 2005 i i 2-2.01. Mory Assembly. Equipment shall be shipped completely factory assembled, except where its physical size, arrangement, configuration, or shipping and handling limitations make the shipment of completely assembled units impracticable. 2-2.02. ExpmMmy * ' . The system shall be capable of expansion as required. 2-3. POWFR SUPPl Y. Unless otherwise specified, power supply to all equipment will be 120 volts, 60 Hz, single phase. CONTRACTOR shall be responsible for distribution of power among enclosures, consoles, peripherals, and other components of the system from the power supply receptacles and junction boxes indicated on the drawings. Power distribution hardware shall include cables and branch circuit overcurrent protection installed in accordance with the electrical section. . Equipment not indicated to be powered 2-3.01. -ton System from an uninterruptible power source shall be suitable for being supplied from the facility distribution system and shall be capable of withstanding voltage variations of +I 0 percent and harmonics up to the limits of IEEE 51 9 without affecting operation. CONTRACTOR shall provide voltage conditioning or filtering equipment if necessary to meet the requirements specified. .. .. . 2-3.02. Wer Su- ' . Power supplies for voltages other than those listed above shall be an integral part of the equipment furnished. Internal power supplies shall be regulated, current limiting, and self-protected. 2-3.03. tests as mc37.90 without damage to the equipment. All equipment shall meet all surge withstand capability, 2-3.04. supply (UPS) shall be furnished hereunder to power the equipment indicated on the drawings or will be furnished under another section. CONTRACTOR shall be responsible for coordinating the size of the UPS unit with the equipment furnished hereunder, and shall advise ENGINEER if a unit of higher capacity is necessary. Power Supply . As required, an uninterruptible power 2-4. SFRVICF CONDITIONS AND FNVIWFNTAl RFQUIRFMFNTS . The *'-- equipment provided for the computer control system shall be suitable for the service conditions specified in the attached equipment sections. All equipment shall be designed and selected to operate without degradation in performance throughout the environmental extremes specified. Equipment shall be designed to prevent the generation of electromagnetic and radio frequency interference and shall be in compliance with FCC Rules and Regulations, Part 15, for Class A computing devices. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -1 5- 134538 February 2005 2-4.01. Ambient Tenzperature . All system equipment located in air conditioned rooms shall be suitable for operation in ambient temperatures from 10°C to 35°C and a relative humidity of 10 to 80 percent, noncondensing. All equipment located in non air conditioned indoor areas shall be suitable for an ambient temperature range of 0°C to 50°C and a relative humidity of 10 to 95 percent, noncondensing. All equipment located outdoors shall be suitable for operation in an ambient temperature range 0°C to 60°C and a relative humidity of 5 to I00 percent. Heaters and air conditioning/cooling equipment shall be provided where essential to maintain equipment within its manufacturer-recommended operating ranges. 2-4.02. Deleferio~ Fff& . All system equipment will be installed in areas without anti-static floor construction and without any provisions for control of particulates or corrosive gases other than ordinary office-type HVAC filtering. CONTRACTOR shall furnish any additional air cleaning equipment, anti-static chair pads, or other protective measures necessary for proper operation of the system. All input/output hardware shall meet or exceed, without false operation, all requirements of NEMA ICS-1-109.60, Electrical Noise Tests. 2-4.03. NQjSe I evel . The equivalent “A” weighted sound level for any system equipment located in the control room, except printers, shall not exceed 35 dBA. The sound level for printers shall not exceed 65 dBA. Sound reduction enclosures shall be provided where necessary to comply with these limits. 2-4.04. L~JMDD~ Prote .ction. In addition to other environmental protection specified herein, the entire system shall be provided with lightning protection. Lightning protection measures shall include the following. I ., ~ 1 .-I- 2-4.04.01. Grou Ilding. All major components of the system shall have a low resistance ground connection. Grounding system provisions indicated on the drawings shall be modified as recommended by CONTRACTOR. 2-4.04.02. Suge Arresters. Surge and lightning arresters shall be non-faulting, non-interrupting, and shall protect against line-to-line and line-to-ground%surges. Devices shall be solid-state metal oxide varistor (MOV) or silicon junction type, with a response time of less than 50 nanoseconds. Surge protective devices shall be applied for the following: a. All power connections to RTUs, PLCs, DCUs, instruments and control room equipment. Surge arresters shall be Transtector “ACP-1 00 Series”, Power Integrity Corporation “ZTA Series”, or MCG Surge Protection “400 Series”. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -1 6- 134538 February 2005 b. All connections to coaxial-based networked equipment (including CCTV, CATV, ethernet, Arcnet, and satellite) where any part of the circuit is outside of the building envelope. Surge arresters shall be Telematic “VP08”, Transtector “TCP Series”, Northern Technologies “TCS-CP3 Series”. c. All analog signal circuits where any part of the circuit is outside of the building envelope. Circuits shall be protected at both the transmitter and the control system end of the circuit. Surge protection devices shall not impede or interfere with the use of smart transmitter calibrationkommunication. Protection devices located near the transmitter shall be Telematic “TP48.” Protection devices in control panels shall be Transtector “TSP Series”, Telematic “SD Series”, or Citel “BPI -24.” d. All metallic pair (twisted and untwisted) conductor local area network and data highway termination points, where any part of the data highway cable is routed outside of the building envelope. Single-port protective devices shall be Phoenix Contact “TRABTECH C-UFB/CN- UFB Series” or Telematic “NP Series.” e. All serial, PLC data highway, and remote I/O network termination points where any part of the circuit is routed outside of the building envelope. Surge protection devices shall be Transtector “DLP Series” (RS-232); Transtector “FSP4000MC Series” (RS-422); Phoenix Contact “TRABTECH D-UFB” (in-line) or “MT Series” (panel-mount); ~ . .Cite1 “E280 Series”. f. All radio antenna leads. Surge protection devices shall be as specified in Section 13540. g. All telephone lines at points of connection to the system. Protection devices for dial-up circuits shall be Transtector “TSJ Series”, Telebyte “Model 22PX”, Citel “BPI-T”, or equal. Protection devices for full period circuits shall be Transtector “LMP Series”, Northern Technologies “DLP-S Series”, or Circuit Components, Inc. “SPR-TM L. Series.” I .. 7-5. SYSTFM SOmARE CONFIGURATION. System software shall be configured by the CONTRACTOR. Configuration services shall consist of the creation of the system database, report formats, operator interface graphic and tabular display screen formats, password and security implementation, and programming of control units to provide a fully functioning system. The CONTRACTOR shall fully configure the system using data provided herein or Encina Basin Water Reclamation Program SCADA Integration 13500 Phase It Project -1 7- 134538 February 2005 supplied by the ENGINEER and/or the OWNER after award of the contract. The system that is delivered to the field for installation, checkout, and startup shall have all files, or databases, that are configurable in size, be sized in a manner in which there will be a 50% available space available for future work after the completion of this project. This sizing should include the addition of memory modules, disk drives, or any other device to insure the 50% spare space availability. All "tuning" of software that is dependant on space requirements shall be done prior to the completion of this project. Tuning of software programs shall be accomplished is such a manner that the program operates at its highest performance level. These programs include, but are not limited to Microsoft SQL Server, all PLC ladder logic, and others. 2-5.01. Control System l3atabase. The control system database shall be developed and configured by the CONTRACTOR. The CONTRACTOR shall enter information obtainable from the Contract Documents into the database prior to soliciting input from the ENGINEER and the OWNER. The CONTRACTOR shall determine the need for any "pseudo" database points and shall ascertain and enter all information needed to define these points. The CONTRACTOR is responsible for entering all information associated with each point. This includes but is not limited to, descriptions, engineering units, associated displays, areas, security, etc. All fields associated with each database point must be completely filled out accurately. 2-5.02. wmw . The CONTRACTOR shall be responsible for developing and configuring the custom graphic displays. Eac.h piece of major process equipment that is monitored by the control system shall be displayed on one or more graphic screen. Graphic screens shall be representations of the equipment and piping. The screens must accurately show all devices and equipment that is part of the control loops. These items must be done in accordance to the Configuration Standards and Conventions as described later in this section. The requirement for alarm and/or event displays shall also be provided and proven functional prior to acceptance of the system. A means of capturing and printing of all graphic screens shall also be included. The software program provided must be capable of printing the screen in a black and white (using'gray scale) or color format. This program must be accessible from all terminals provided under this contract. The black and white printing shall be done in a manner in which the use of the black background is not represented in the printout. This is done to keep the utilization of ink cartridge and toner cartridge to a minimum. The use of pictures taken by digital cameras will be considered as an alternative to custom developed equipment symbols when appropriate. All equipment pictures shall be animated to indicate the current state of the piece of equipment. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -1 8- 134538 February 2005 The following screens shall minimally be provided. i Main Overview of Plant and remote sites AlarmSummary Event Summary Overview of each major process area (with vectoring to sub-areas) Summary screen to vector to all video trends 2-5.03. Beport Farmats. Report formats shall be developed and programmed by the CONTRACTOR using tag names defined in the database creation. Reports shall be provided as summarized below and al listed on the data sheet. , All reports will be provided with a header on each page to indicate the contents of each column of information. Each page shall be numbered and indicate the name of the report, the date the report was printed, and the time of the printout. The printout shall also include the time span of the information shown on the report. Daily Operating Report. A daily report, listing the major plant variables shall be provided. The report shall include hourly values and minimum/maximum/average values where appropriate. Monthly Operating Report. A monthly operating report, which averages the values from the above daily reports, shall be provided. The report shall include monthly minimum/maximum/average values where appropriate. 2-5.04. id c- . A "Software Configuration CONTRACTOR. The document shall be submitted for review and approval before software configuration commences. The document shall describe and define such items as proposed graphic display process line colordrepresentations; color standards for "off", "opened", "closed", and "alarm" conditions; alarm handling conventions; how items will be selected for control; methods for navigation between displays; address usagehaming conventions; standard programming methods for each site/PLC and security setup. Before submitting the initial draft document, the CONTRACTOR shall meet with the ENGINEER and/or OWNER to review any of the Owner's existing 'standards and conventions. All copies of this submittal shaft be provided in color to insure the accuracy of each item. No black and white copies will be accepted. The colors used in the printed submittal shall accurately depict the colors and shapes proposed for use on the final system. .,.7 . ,- .Standards and Conventions" document shall be prepared and submitted by the In addition to submitting the document for review, an updated version of the document shall be submitted as part of the O&M Manuals. The document shall be revised to document any additional standards that are established throughout the configuration process. All electronic files that are part of the Configuration Encina Basin Water Reclamation Program Phase I1 Project -1 9- SCADA Integration 13500 134538 February 2005 Standards document shall be submitted to the OWNER in CD format at the completion of the Project. 2-5.05. Confiauration Review Meetings . Proposed graphic screens and report formats shall be reviewed with the OWNER and ENGINEER throughout the configuration process. The CONTRACTORS programming personnel shall attend the initial review meeting. A second review meeting, held at approximately 50 percent completion, but prior to the factory acceptance test, shall also be held. Both meetings shall be held at the OWNER’S facilities. 2-5.06. Software Fundimal Rqummnk . General functional requirements for system configuration are indicated on the drawings and described in the specifications. The information presented herein and indicated on the drawings illustrates the general functional intent of the system, and may not be sufficient to fully configure the system. The CONTRACTOR shall be responsible for determining what additional information may be required to complete the configuration tasks, and for obtaining this information from the ENGINEER or the OWNER. 2-6. SOFTWARF DOCUMFNTATION . CONTRACTOR shall furnish complete documentation on all software supplied with the systems specified herein. Operating systems, compilers, assemblers, and utility and diagnostic programs that are standard commercial products of third parties need not be included in the magnetic media backup. Software documentation shall consist of the following principal items. a. .- .. .-_ . , . b. C. d. e. -1 f. One backup set of any integrated circuit or solid-state memory-based plug-in firmware used. I. Two complete back up copies of system and application software in executable format on optical media compatible with the system fum is hed. Three sets of user reference manuals for all standard system and application software. One set of user reference manuals for all operating system software. Three sets of printed as-built reference documentation for any special software provided specifically for this contract. For each licensed Software product, all documentation provided by the product manufacturer shall be provided. This includes all reference manuals and any other documents that were provided by the manufacturer. There should be one set of this documentation for each and every piece of equipment provided. Multiple pieces of Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -20- 134538 February 2005 I similar equipment or software require multiple copies of this documentation. 2-7. SOFTWARE,. All software programs supplied as a standard part of CONTRACTOR'S products for this project shall be licensed to OWNER for use on the system specified herein. Such license shall not restrict OWNER from using the software on the system provided hereunder or its replacement. OWNER shall have the right to make copies of the software for use on the system provided. Specific requirements of CONTRACTORS software license are subject to review and approval by OWNER and ENGINEER. 2-8. MTAl I ATION TFST FOUWFNT . All necessary testing equipment for calibration and checking of system components shall be provided by CONTRACTOR. CONTRACTOR shall also furnish calibration and maintenance records for all testing and calibration equipment used on the site if requested by ENGINEER. PART 3 - FXFCl JTION 3-1. LNSTAl I ATION RFQUIRFMFNTS . The installation of equipment furnished hereunder shall be the responsibility of CONTRACTOR or his subcontractors. ! 3-1.01. &Id W iring. Field wiring materials and installation shall be in accordance with the electrical section. 3-1.02. . . Additional requirements for mounting, piping, and calibration of field instruments are described in the instrumentation section. .. 3-1.03. Myage of Fx- . Existing equipment and materials removed or replaced under this contract shall be delivered to OWNER at a location designated by OWNER, or shall be properly disposed of at OWNERS discretion. Care shall be taken to avoid damage to equipment delivered to OWNER. Any mounting brackets, enclosures, stilling wells, piping, conduits, wiring, or openings that remain after removal of equipment and support hardware shall be removed or repaired in a manner acceptable to OWNER and ENGINEER. Transmitters or switches containing mercury shall be removed and disposed of by personnel trained in the handling of hazardous materials and using approved procedures. 3-2. As required, CONTRACTOR shall provide the services of a field manager and a trained and experienced field supervisor to assist the installation contractor during installation, and to calibrate, test, and advise others of the procedures for installation, adjustment, and operation. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase I1 Project -21 - 134538 February 2005 3-2.01. . As required, CONTRACTOR shall appoint a field services manager who shall be responsible for the coordination of all system check-out and startup activities, and who shall be immediately available to ENGINEER and OWNER by phone or on site for the duration of this project. 3-2.02. E&Lbp&m at Delivery . As required, the field supervisor shall inspect major equipment items within five working days of delivery, to assure that the equipment was not damaged during shipment and shall supervise or assist with unpacking, initial placement, and initial wiring of the system. . As required, the field supervisor shall 3-2.03. Immg for lllstallatian Perd train the installation personnel in reading and understanding submittal drawings, and in the correct installation and wiring procedures for the equipment. .. 3-2.04. l%Whp&mn Prior to ~~ . After installation and wiring connections are complete, the field supervisor, with additional CONTRACTOR’S personnel for the number of days as required, shall verify that each external connection to the system is correctly wired and field process components and devices are functioning as intended. 3-2.04.01. transmitting source, and verified to be received at the proper register address in the control system. Analog outputs shall be generated at the control system, and verified to be received with the correct polarity, at the respective receiving device. 3-2.04.02. Discrete Signals . Discrete input and output signals shall be simulated and verified that they are received at the respective receiving device, and at the proper voltage. . Analog input signals shall be simulated at the ,- . 6. 3-2.04.03. Pevb by Ot- ’ . If interrelated devices furnished by other suppliers or under other contracts, such as valve actuators, motor controls, chemical feeders, and instruments, do not perform properly at the time of system checkout, the field supervisor shall use suitable test equipment to introduce simulated signals to and/or measure signals from these devices to locate the sources of trouble or malfunction. . 3-2.04.04. mrn CW?i3. The CONTRACTOR shall submit a written report on the results of such tests to ENGINEER. Additional documentation shall be furnished as requested by ENGINEER to establish responsibility for corrective measures. CONTRACTOR shall verify, in writing, to ENGINEER or OWNER that CONTRACTOR has successfully completed the external connection check before beginning system startup or field acceptance testing. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -22- 134538 February 2005 .. . . 3-2.05. system check and submitted his report, CONTRACTOR shall supply a factory- trained engineer and a programmer to provide on site start up assistance for the number of days as required. During the startup period, these personnel shall thoroughly check all equipment, correct any deficiencies, and verify the proper operation of all components. . After the field supervisor has completed the 3-3. TFSTING. The system shall be acceptance tested at the factory and on site. CONTRACTOR shall prepare a testing procedure to be approved by OWNER and ENGINEER that shall demonstrate that the system conforms to the specifications. The testing procedure shall be submitted at least 30 days in advance of testing. The testing shall be conducted by CONTRACTOR and witnessed by OWNER and/or ENGINEER. CONTRACTOR shall notify ENGINEER and OWNER in writing at least 14 days before the proposed testing date. If the factory acceptance test is concluded unsuccessfully, the test shall be repeated. CONTRACTOR shall reimburse OWNER and ENGINEER for all expenses incurred in connection with attending repeated factory or site testing necessitated by system failure or inadequate preparation. 3-3.01. $ ' . After system assembly and debugging at CONTRACTOR'S facility, the system shall be tested before the system is complete system, including all field I/O devices, communications equipment, and peripherals; or as required, using at least the minimum system consisting of computer hardware, software, printer, and one field I/O device. shipped to the site. As required,. the factory test shall be conducted on the .. The entire system, including all peripherals and associated software, shall be factory tested under simulated operating conditions. Both normal operating sequences and fault conditions shall be simulated. The results shall be noted on the CRT displays and the logging printer for hard copy. The testing procedures for hardware and software are described below. All basic functions shall be demonstrated, including I/O processing, communications, alarm handling, HMI display functions, alarm logging, report generation, and historical data storage, as well as the specific functions listed herein. The system shall operate continuously for at least a 72 hours without faults. This operational test may run concurrently with the demonstration of hardware and software functions. The test procedure shall also include at a least four-hour period for discretionary tests to be conducted by ENGINEER or OWNER. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -23- 134538 February 2005 For systems with software configuration by ENGINEEWOWNER, a preliminary version of such configured software may be used as part of the factory acceptance test. 3-3.01.01. Hardware Test. Processors, processor modules, and peripheral devices associated with the system shall be assembled together as they will be installed in the field and shall be tested. The test shall demonstrate proper operation of each hardware device and communications among devices, and shall include verification of selected analog and discrete inputs and outputs. 3-3.01.02. software Test. All system software modules specified herein shall be demonstrated. Software tests shall include running all diagnostics, debugging routines, and system test routines. The operating system, advanced process control language compiler, and all associated drivers shall be fully tested and operable for the system test. Software "patches" or changes to bypass failed or flawed modules during the test will not be acceptable. 3-3.02. Sk Accmce Te sting. After installation and checkout by CONTRACTOR'S personnel, the system shall be subjected to an acceptance test. Site acceptance testing shall be scheduled after receipt of the System Check Out Report and CONTRACTOR shall verify that all field signal changes are reflected in the proper address locations in the system database. The site acceptance testing shall follow the same procedure as the factory testing and shall operate without loss of basic functions. The number of days of .__ continuous operation for the test shall be as required. The operational demonstration shall confirm that the status, alarm, and process variable signals are valid and are being updated appropriately, and that the discrete and analog output signals from the control system are being correctly transmitted and implemented. Any errors or abnormal occurrences shall be recorded by CONTRACTORS field representative. CONTRACTORS field representative need not be continuously present during the site acceptance testing, but shall be available to respond to the site within one hour of notification. The representative shall inspect the system for faults at feast once every 24 hours and shall log or record any noted problems. The log shall include a description ' of the problem, its apparent cause, and any corrective action taken. 3-3.02.01. m-undant~~ . Failure of redundant equipment shall not be considered downtime provided that automatic failover occurs as specified and, in the opinion of ENGINEER, the failure was not caused by deficiency in design or installation. In the event of repeated failure of any hardware component or software module, the acceptance test shall be terminated and re-started. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -24- 134538 February 2005 i i 3-3.02.02. Gxnpktion of Test . Successful completion of the site acceptance test, including the operational demonstration, is prerequisite to Substantial Completion as specified in the Supplementary Conditions. 3-4. TRAIW. CONTRACTOR shall conduct training courses for personnel selected by OWNER. Seven categories of training, instrument, control system maintenance, operator (pre-installation), operator (post-installation), programmer (HMI software), programmer (PLC software), and supplemental shall be provided as required. Training shall be conducted by experienced instructors who are familiar with the specific system supplied. . In general, CONTRACTORS standard 3-4.01. General Tr- Requhmmk training courses may be used to meet the training objectives specified. Where standard courses do not meet these objectives, additional coursework shall be developed. Clock hour requirements for each level of training are listed on the data sheet. A "clock hour" is defined as one hour of instruction or supervised training exercise. Minimum requirements listed for each training category shall be as required. Training hour requirements noted in the data sheet are the number of hours of training to be provided for each student. Additional training time shall be provided if considered necessary to meet the training objectives. .. .. 3-4.01.01. excluding travel, lodging, and per diem expenses for OWNERS and ENGINEER'S personnel to attend off-site training programs; shall be the responsibility of CONTRACTOR and shall be included in the contract price. 3-4.01.02. Lessons. Training lesson plans and other information for the second stage submittal as defined herein shall be submitted at least 30 days prior to the start of training. Costs . All costs associated with the training program; . , -. ., 3-4.01.03. Yideo T aping. Not used. . Not used. 3-4.02. lnstummt Trmmg .. *. 3-4.03. Gmtrol Syme Training . System maintenance training shall be provided to enable OWNERS personnel to perform routine arrd ' ' preventive maintenance, troubleshoot, and repair all hardware furnished with the system, except equipment provided by the HMI computer manufacturer. Maintenance and repair instruction shall assume that OWNERS personnel will repair equipment by replacing circuit boards and modules, and shall not include instruction on circuit board level repair. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -25- 134538 February 2005 3-4.03.01. Classes. All maintenance training shall be conducted at OWNER'S facilities. Each training session shall consist of the number of hours and for the number of OWNERS personnel as required. 3-4.03.02. Content of Classes. The training shall cover at least the following topics: a. Preventive, scheduled maintenance for all equipment. b. Function and normal operation of circuit boards and modules. c. Diagnosis of hardware failures to the faulted board or module. d. Removal and replacement of removable circuit boards and modules. e. Emergency maintenance and restoration procedures. The maintenance training program shall be developed for personnel who have experience in electronics maintenance and repair and a general knowledge of computer systems, but not necessarily any familiarity with the specific hardware furnished . . OWNERS personnel will utilize the system for day- 3-4.04. -Trammg to-day monitoring and/or control of the facilities. The training program shall provide operators with sufficient knowledge to move from screen to screen within the system, understand the contents of group and detailed point displays, react to and acknowledge alarms, adjust control setpoints and alarm limits, configure and print shift reports, print preconfigured reports on demand, control equipment connected to the system, and react to and resolve minor system errors. .. 3-4.04.01. Classes. Operator training may include both pre-installation and post-installation sessions as required. 3-4.04.01 .Ol. Pre-installatiim ' . Notused. . 3-4.04.01.02. Post-installation S- * . The post-installation training shall include three separate, but identical, sessions for only one shift of personnel and shall be~conducted at OWNERS facilities. Each class shall consist of the number of hours as required of instruction using the same lesson plan as the pre-installation training. The post-installation sessions may have to be conducted outside normal working hours to accommodate the working schedule of OWNERS personnel. The post-installation training sessions shall be conducted for the number of OWNERS operating personnel as required. 3-4.04.02. m. Each session shall cover at least the following topics. Encina Basin Water Reclamation Program SCADA integration 13500 Phase II Project -26- 134538 February 2005 a. Power-up, "bootstrapping", and shutdown of all hardware devices. b. Logging on and off the system and the use of passwords. c. Access and interpretation of standard displays and diagnostics. d. Use and care of operator workstations, servers, video displays, printers, and other control room hardware, including replenishment of supplies and replacement of ribbons and ink cartridges. e. Moving from screen to screen within the graphic display environment. f. Interpretation of preconfigured group and detailed point or database displays. g. Response to and acknowledgment of alarms. h. Adjustment of control set points and alarm limits. i. Configuration and printing of shift and other reports by schedule or on demand. j. Control of field equipment and devices connected to the system. k. Manual entries to database points. 1. Generation of current (real-time) and historical custom and predefined +. I" . * reports and trend displays. I1 m. Appropriate responses to software and hardware errors. n. Enabling and disabling individual inputs and outputs. The operator-training program shall be developed for personnel with no prior computer experience. .. 3-4.05. Bngmmer Traimg&l.bAI Sofb!a@ . The programmer training shall be furnished as described in this section. System programming training shall be provided to enable OWNERS and ENGINEERS personnel to initially configure and later reconfigure the system. Programming tasks shall include addition or modification to the system database; modification or creation of graphic and tabular display and report formats; and creation and modification of historical archiving groups and data reduction algorithms. i Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -27- 134538 February 2005 3-4.05.01. Classes. Programmer training shall be conducted in two sessions. The first session shall consist of the number of hours as required of instruction for the number of students as required and shall be conducted at OWNERS or ENGINEERS facilities within 30 days of delivery of the configuration hardware and software. The second session shall consist of the number of hours as required of instruction for the number of programmers as required and shall be conducted at OWNERS facility. 3-4.05.02. Content of Classes. Programmer training shall include, but shall not be limited to the following topics: a. b. C. d. e. f. h. .. .I __._ ... . 1. j. Loading of any supplied software into the system. Use of basic operating system commands for file management, system startup, and creation and editing of batch files. Creation and editing of database. Configuration of printed report formats. Creation and editing of tabular and graphic HMI interface display screens. Diagnostic routines. Creation and modification of control algorithms. Addition of new 110 points and new RTUs, PLCs or DCUs to the system. Historical record retrieval, data reduction, archiving, and disk housekeeping. System backup procedures and reloading from backup. Programmer training shall be designed for personnel who have a general familiarity with computer control system operation and high-level application programs, but not necessarily with the specific hardware or software furnished for this project. 3-4.05.03. Hardware and Softwace. The first session of training shall be conducted using hardware and software of the same versions as provided for the system specified. Programmer training for the second session shall be conducted using equipment and software installed at the site. .. 3-4.06. -er TrailzLng (PI C Softmm) . Programmer training shall be provided for the PLC software furnished. Programmer training shall minimally be provided on the following topics. Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -28- 134538 February 2005 a. b. C. d. e. f. g- File management and backup procedures. Documentation printing options. Entering 110 and database points. Logic function programming. PID loop programming and tuning. Error recovery and interpretation of errors. Communication protocol set-up and diagnostics. PLC software programmer training shall be conducted at OWNER'S or ENGINEERS facilities within 30 days of delivery of PLC's, The number of hours as required of instruction for the number of programmers as required shall be provided. . As required, CONTRACTOR shall provide 3-4.07. WTr- additional training to OWNERS personnel on topics of OWNERS choosing. Supplemental training shall be conducted in one session at OWNER'S facilities using the hardware and software installed for this project. The number of hours as required of supplemental instruction shall be provided. .. End of Section Encina Basin Water Reclamation Program SCADA Integration 13500 Phase II Project -29- 134538 February 2005 INSTRUMENT NAME & SERVICE: BRAND & MODEL NO.: TAG OR LOOP NO.: . INPUTlOUTPUT RANGE: 1 PROPORTIONAL BAND: CALIBRATED BY: I Black & Veatch INSTRUMENT CALIBRATION REPORT 1 Figure 1-13560 Section 1351 0 COMPUTER SYSTEM HARDWARE Data Sheet Para- Description graph 1-2.01 General Equipment Requirements. General (PR 1-1 through 1-2) Spare parts. When "Other" is selected indicate alternative. Number of spare CD-RW disks. Computer (PR 2-1 through PR 2- 1.03) 2-1.01 Server Computer(s) Required. Type of processor. When "Other" is selected indicate alternative. Data Units r= Yes. r No. 12 extra ribbons, one print head, and !-' 5,000 sheets of paper for alarms and ewnts printer. 3 toner kits and 3,000 sheets of P paper for report printer. r 25 floppy drive disks. 3 ink cartridges of each color and F 1,000 sheets of paper for graphics printer. r Other. 100 6 Yes. TWO c No. @ Pentium 4. r Pentium %on. r Other. Encina Basin Water Reclamation Program SCADA Integration 1351 0 Phase II Project -1 - 134538 February 2005 Processor speed. r 19" Rack-mount. G Tower style. r Dell. c ._ Compaq. 'J Hewlett Packard. 7 Other. r Yes. Q No. When "Other" is selected indicate NO EQUAL Monitor size. Memory size (RAM). Number of ethernet cards. hen "Other" is selected indicate Magnetic storage device required. .01 .Ol Removable hard drive required. *l.03DLT tape required. - CD-RW drive required. .01.04 r 2.0 Ghz. r 2.4 Ghz. r 2.66 Ghz. r 2.8 Ghz. G Other. -atest available processor with a ninimum speed of 3.6 GHz r CRT. G Flat Panel. r 15". r 17". r 19". @ 21". B 1 GB. r 4 GB. @ 1. r 2. Q Yes. r NO. 6 Yes. r No. G Yes. r NO. Encina Basin Water Reclamation Program Phase II Project SCADA Integration 13510 -2- 134538 February 2005 !- rO1.05 Serial communications port expander required. )- cOl.06 I ype of processor Modem required. When "Other" is selected indicate alternative. Processor speed. !-1.02 When "Other" is selected indicate alternative. Operator Workstation Computer(s) Required. Monitor type. Yes. r No. G Pentium 4. r Pentium %on. r Other. Monitor size. -I---- ONE - I I r Yes. G No. G I Yes. Seven 2 1.02.01 1 r No. Memory size (RAM). Manufacturer. When "Other" is selected indicate alternative Magnetic storage device required. r 2.26 Ghz. r 2.53Ghz. r 2.8 Ghz. r 3.06 Ghz. rz Other. -atest available processor with a ninimum weed of 3.6 GHz 7 CRT. li- Flat Panel. 7 15". 7 17". 7 19". li- 21". E 1 GB. rc 2GB. .. Dell. - Compaq. 7 Hewlett Packard. , Other. .". VO EQUAL - Yes. = No. 1351 0 -3- 134538 February 2005 !- - ICD-RW drive required. IC;. Yes. :-1.03 (r No. Notebook Computer(s) Required. I;: Yes. r No. Docking station required. r Yes. C;. No. :-2.01 - System Printers (PR 2-2 through Alarms and events printer(s) 2-2.03) r Yes. Irequiredm :-2.02 - IC;. No. Report printer(s) required. r Yes. C;. No. - -2.03 IReport printer 1011 00 Base-TX I r Yes Color graphics printer(s) required. C;. Yes.. r No. (interface required. - -3.01 IC;. No Network Hardware (PR 2-3 through 2-3.02). Ethernet switch required. C;. Yes. r No. -3.02 INetwork routers required. graphics printer 10/100 Base- 6 Yes X interface required. lr No r Yes. C;. No. ~~ ~~~ ~~~~ Field Services. Refer to specification'section indicated. See Section 13500. Encina Basin Water Reclamation Program SCADA Integration 1351 0 Phase It Project -4- 134538 February 2005 Section 1351 0 COMPUTER SYSTEM HARDWARE PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of standard computer system hardware fully configured to work with the software specified in the computer system software section. Principal items of the computer and peripheral hardware to be furnished as specified or are indicated on the control system block diagram on the drawings. . CONTRACTOR shall furnish all necessary interconnecting cables, accessories, and appurtenances as well as additional computer or peripheral hardware required for proper operation and to meet the functional requirements indicated on the drawings and specified herein. All equipment shall be capable of tolerating and "riding through" a power interruption of 8 milliseconds or less without interruption of normal operation. 1-1 .Ol. Terminoloqy. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-1.02. Control System. Section 13500 shall apply to all computer hardware furnished under this section. -. 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment provided under this section. 1-3. SUBMITTALS. Submittals shall be as specified in Section 13500. 1-4. DELIVERY, STORAGE, AND SHIPPING. Delivery, storage and shipping shall be as specified in Section 13500. 1-5. SPARE PARTS. Spare parts and consumable items shall be provided as required. Encina Basin Water Reclamation Program Phase II Project -5- SCADA Integration 1351 0 134538 February 2005 All consumables and spares shall be supplied by the computer or printer manufacturer or by a vendor expressly recommended by the manufacturer. CONTRACTOR shall replace any consumables or spares that are spent during setup, testing, and commissioning of the system. PART 2 - PRODUCTS 2-1. SYSTEM COMPUTERS. CONTRACTOR shall ensure that all computers are configured to operate properly with all software, inputloutput devices, and peripherals supplied. 2-1.01. Server Computers. The two Server Computers shall be provided with a keyboard-video-mouse (KVM) switch and a single keyboard, mouse and monitor for the two Server Computers. The KVM switch shall be a Belkin OmniView E Series switch complete with all required cables and accessories to allow control of the two Server Computers from one keyboard, mouse and monitor. Each Server Computer shall be comprised of the following configuration. This configuration is to be provided as a minimum: Two (2) 80 GB Serial ATA hard drives with integrated RAID controller Single CPU 48X CD-ROM Integrated X6A compatible video controller 256 kB Cache Six hot-pluggable hard drive bays Standard 3.5" 1.44 MB diskette drive Redundant power supplies One or two 100/1000 Mbps RJ-45 connectivity ethernet cards as required ,- 24" rack mount or tower enclosure as required Mouse (Optical) Standard Windows keyboard Encina Basin Water Reclamation Program SCADA Integration 13510 Phase II Project -6- 134538 February 2005 2 Serial Ports standard 1 Parallel Ports standard Monitor : 21 inch flat panel LCD display as manufactured by SONY, Series SDM-S204/B. 2-1.01.01. Magnetic Storage Device. Not Used. 2-1.01.02. Removable Hard Drive. As required, a removable hard drive shall be capable of storing a minimum of 200 GB of data on a removable cartridge. The drive shall be internally or externally mounted as required. The drive shall be lomega Jaz, Castlewood Orb, or equal. 2-1.01.03. DLT Tape. As required, a DLT tape drive shall provide at least 20 GB of uncompressed data storage per single cartridge. The tape drive shall be supplied with spare tapes as required. The drive shall be HP Surestore, Quantum, Compaq or equal, 2-1.01 -04. CD-RW Drive. As required, a CD-RW (read/write) drives shall be capable of Orange Book standard with a minimum of 48x read and 32x record. CD drive shall be manufactured by HP, Sony, Panasonic or equal. CD drives shall be supplied with spare disks as required. 2-1.01.05. Serial Communications Port Expander. Not Used. 2-1 -01.06. M0dem.A.s required, an internal fax-modem, rated 56kBPS, shall be supplied with the computer. The fax-modem shall support ITU-T V.17, V.29, V.27, ITU Group 111 standards for fax transmissions and ITU-T V.34, V.32bis, Bell 21 2 and 103 standards for data transmissions. A 56kBPS modem shall also support V.90 standards. The fax-modem shall be US Robotics or equal. Modem for all pumping stations Twin D, BRESSI, Calavera, Carlsbad Recycle Water, Mahr Reservoir and inside the control room for Master PLC and OPT0 22 PLC shall be provided. 2-1.02. Workstation Computers. As required, each Workstation Computer shall , be compn'sed of the following configuration. This configuration is to be pravided' as a minimum: 80 GB hard drive Single CPU Encina Basin Water Reclamation Program SCADA Integration 1351 0 Phase I1 Project -7- 134538 February 2005 48X CD-ROM 64 MB AGP video card 256 kB Cache Standard 3.5” 1.44 MB diskette drive One 100/1000 Mbps RJ-45 connectivity ethernet cards as required 3 button lntellimouse (Optical) Standard Windows keyboard 2 Serial Ports standard 1 Parallel Ports standard Sound Card and speakers Monitor : Monitor : 21 inch flat panel LCD display as manufactured by SONY, Series SDM-S204/B. 2-1.02.01. Magnetic Storage Device. Not Used. 2-1 -02.02. CD-RW Drive. As required, a CD-RW (read/write) drives shall be capable of Orange Book standard with a minimum of 48x read and 32x record. CD drive shall-be manufactured by HP, Sony, Panasonic or equal. CDdrives. shall be supplied with spare disks as required. 2-1.03. Notebook Computer. As required, a notebook computer shall be provided. The notebook computer shall be configured as a minimum of a Pentium 4 processor with a 15” TFT display, 256Mb of RAM, one 40 GB ElDE hard drive, CD-RW, video controller with 32 MB of memory, standard 3.5” 1.44 MB diskette drive, and ethernet card that supports 10/100 Mbps RJ-45 connectivity, integrated sound, and V.90/K56 modem. The notebook computer shall be provided with a lithium/metal-halide battery to provide a minimum of three hours of use. The notebook computer shall be HP Pavilion, no equal. 2-2. SYSTEM PRINTERS. Not Used As required, a dot matrix printer shall be supplied for logging system alarms and events, a laser printer shall be supplied for generating system reports, and a color graphics printer shall be supplied for producing color plots of process graphic screens, trends, and charts. 2-2.01. Alarms and Events Printers. Not Used. Encina Basin Water Reclamation Program SCADA Integration 13510 Phase II Project -8- 134538 February 2005 i 2-2.02. Report Printer. Not Used. 2-2.03. Color Graphics Printer. The color graphics printer shall be of color inkjet type, shall not require the use of thermally sensitive, chemically treated, or other special paper, and shall meet at least the following minimum requirements: Shall be capable of delivering 1.5 pages per minute at the best color quality print speed. Shall utilize at least 4 separate color print heads for accurate color reproduction. Shall have a print quality of 1200 x 600 dpi in the color print mode. The color graphics printer shall be a Hewlett Packard HP Business lnkjet 2300 Series or equal. As required, the color graphics printer shall be provided with a 100/100OBase-TX interface to provide connectivity to the computers over the Ethernet network. 2-3. NETWORK HARDWARE. Network hardware shall be furnished as required. 2-3.01. Ethernet Switches. As required, the Ethernet switch (1 00/1000) shall provide isolation between the various segments of the network to minimize traftic switch shall have UTP (Ethernet) ports with RJ-45 connectors. Each switch connection shall automatically sense the network speed of the devices to which it is connected. Switches shall be Cisco ‘Catalyst Series”, Hewlett Packard “Procurve Switch” series, 3Com “SuperStack II” series, or equal. All necessary memory upgrades, software feature sets, and cables needed for proper operation of these switches shall be furnished with each switch. .and to prevent-failure of one segment from disrupting the entire netwoFkb:I Ea& 1c. 2-3.02. Network Routers. 2-3.03. CSUIDSU Units. Not Required. PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. Installation, field check, testing and training shall be as described in Section 13500. Encina Basin Water Reclamation Program SCADA Integration 13510 Phase II Project -9- 134538 February 2005 . .. End of Section Encina Basin Water Reclamation Program SCADA Integration 1351 0 Phase It Project -1 0- . .. 134538 February 2005 Section 13520 COMPUTER SYSTEM SOFTWARE Data Sheet Para- Description Data graph 1-2.07 General Equipment Requirements G Yes. General (PR 1-2) r No. Performance and Design Requirements (PR 2-2) 2-1 Operating System Software r MS Windows NT/2000. r MS Windows ME/98. P MS Windows )6. Other. When "Other" is selected, indicate ialternative '22 Other Software Required F PLC programming. F Radio diagnostics. F Other. When "Other" is selected, indicate Eldridge OPC Server for OPT0 22 alternative controller. F Wondeware Factory Suite. GE FANUC Automation (Intellution) USDATA Factory Link. r RS View. Or equal. 137 Without exception. __I Other. 2-2.01 Process Control Application $oware 'When "Other" is selected, indicate alternative. Dual networks for full LAN .edundancy C Yes. No. Jnits Encina Basin Water Reclamation Program Phase II Project -1 - SCADA Integration 13520 134538 February 2005 2-202 Number of security levels required r Ten. @ Other. When "Other" is selected, indicate Security Level 3 alternative -2.06 Database Link formats Fl 2- Alarm must be acknowledged from I; Yes. c No. 2.10.02 associated workstation r DDE. F ODBC. Export of comma seperated mlue. P Direct SQL commands. When "Other" is selected, indicate alternative 2- Report formats in On-line report G Yes. 2.15.02 editor 2-2.16 Historical Data Storage. @ Yes. r No. Report Format spreadsheet r Lotus 1-2-3. r Excel. G Other. When "Other" is selected, indicate Excel or Crystal Reports alternative package shall be I I workstations configured differently I G Yes. 2 Internetf lntranet Connectivity. r Yes. @ No. 2.17.03 p.10.03 I 2-3 Software documentation media F Electronic Tj; Written IC No. oice annunciation of alarm events G Yes. No. arm Notification Software. k10.07r iz Yes. /r No. -2.12 torage of user displays rl i- 100 @ 200 c- 300 r Other I I IC No. p-2.17 Iofff-line storage software I@ Required. r Not required. r Prowsions for adding in the future. I I Encina Basin Water Reclamation Program 13520 CADAlarn CADAlarn 134538 Phase II Project SCADA Integration -2- February 2005 Supports all NetBlOS compatible networks Software Installation Full development software package on server(s) When "Other" is selected, indicate alternative Runtime software package on workstation(s) When "Other" is selected, indicate alternative Encina Basin Water Reclamation Program SCADA Integration 13520 Phase II Project -3- G Yes. r No. r One. G Two. r Other. One Wondeware FactorySuite & one development package r Two. r Three. r Four. G Other. One 134538 February 2005 Section 13520 COMPUTER SYSTEM SOFTWARE PART 1 - GENERAL 1-1. SCOPE. This section covers computer system software to be furnished and installed by the CONTRACTOR on computer hardware specified in another section. The CONTRACTOR shall furnish standard, field proven, fully debugged and supported software packages for this application with a minimum of additions or changes. Customized or specially written software shall be furnished only if required to meet all functional requirements specified herein. Software is described in functional categories. The CONTRACTOR shall furnish a complete software package including the functional requirements specified, along with any additional software required for proper and efficient operation of the system. No attempt has been made to list all software or all characteristics of software required by CONTRACTOR to meet the functional requirements specified, nor to determine the location of the software modules within the system. The computer control software shall meet the design conditions and performance as required. 1-1 .Ol. Control Svstem. Section 13500 shall apply to all software furnished under this section. Additional software requirements are indicated in Section 13550. 1-2. GENERAL. Software packages shall control computer system level activities as well as higher level process control activities, allowing the process to be monitored and controlled through an interactive operator interface. 1-2.01. Interface. Users shall be able to interface to all process control activities through fully interactive software modules initiated and operated using easily recognized icons or custom symbols or driven by full-screen and pull-down menus. Selection of icons or menus shall be through pointing devices and shall not normally require the use of an alphanumeric keyboard. Systems that require the use of typed commands to move from module to module or from display to display are not acceptable. Encina Basin Water Reclamation Program SCADA Integration 13520 Phase I1 Project -4- 134538 February 2005 1-2.02. Execution. Throughout the execution of all software modules, the operator shall be presented with all command or operation choices available at that point in the program to make the choices self-explanatory and unambiguous. Question-and-answer or fill-in-the-blank requests are acceptable only where file names, tag names, or other unique text or numerical information is required. 1-2.03. Configuration. All programs shall be self-configuring to obtain the size and configuration of the system from parameters contained in the various files created during system generation. No parameters related to the hardware configuration shall be hard coded into any of the software. 1-2.04. Version. All programs shall be the latest version commercially available at the time the system is delivered to OWNER. Superseded versions, revisions, or releases are not be acceptable. 1-2.05. Y2K Compliance. All software shall be year 2000 compliant. 1-2.06. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2.07. General Equipment Requirements. As required, the General Equipment Requirements shall apply to all equipment provided under this section. 1-2.08. Drawings. Supplementing this section, the drawings indicate locations and arrangement of computer enclosures and provide one-line and block diagrams regarding the connection and interaction with other equipment. 1-3. SUBMITTALS. 'In addition to the requirements of Section 13500, a-- * '. *- complete description of the software packages and modules shall be submitted to verify compliance with this section. *' 1-4. DELIVERY AND SHIPPING. Delivery and shipping shall be as required in Section 13500. PART 2 - PRODUCTS .- 2-1. OPERATING SYSTEM SOFTWARE. Operating system software shall be as required and shall include a complete and unmodified operating system that provides system level functions. A Graphical User Interface (GUl)shall also be provided to enhance the usability of the operating system. 2-2. PROCESS CONTROL SYSTEM APPLICATION SORWARE. Process control software shall be as required and shall enable the operator to monitor and control field devices connected to PLCs, RTUs, or other inputloutput hardware. The process control system application software shall meet the following Encina Basin Water Reclamation Program SCADA Integration 13520 Phase II Project -5- 134538 February 2005 minimum requirements and shall exceed these requirements where necessary to comply with the functional requirements of the project. A license shall be issued for each machine loaded with process control software. 2-2.01. Approved Software. The process control system application software shall be as required. The control system hardware is specified in another section. 2-2.02. Password Protection. Operator access within the control system software shall be controllable through a password-based security scheme. Operators shall be assigned their own user account and password. A number of levels of security protection shall be provided as required. Each system display, database block, control action, and software module shall be assigned its own security levels and shall be inaccessible to users without proper security clearance. After initial creation, passwords shall be field alterable, but only by the assigned user or a system administrator. 2-2.03. System Response. All responses to the operator shall be clear, unambiguous, and complete. Every operator menu, target selection, or request shall generate a response providing the range of choices for the next step in the process, or indicating that the request or chosen operation has been completed, is being processed, or cannot be performed. Every operator menu or target pick shall generate a graphic or text message response, even if it is a negative one. 2-2.04. Interactive Software Commands. The software's interactive command structures, user interface, menu organization, and procedures shall be consistent and predictable for all software modules throughout the system. Similar operations shall be performed in a similar manner, so that an operator will not need to learn different techniques for initiating the same operation in different software modules. 2-2-05 Operator Commands. The software shall accept each operator command or selection, decode it, and check its validity and correctness in the sequence of data and operations previously presented. Invalid or incorrect commands or menu selections shall not be processed; instead, a message shall be generated which explains why the command or menu selection is invalid. When a command or selection is canceled prior to being fully processed, the software.shall clear all pending sequences and shall not initiate any system con t rot commands. 2-2.06. Database. The software shall include a comprehensive interactive database system for creating, sorting, editing, and monitoring all process inputs and outputs and internally used variables and control blocks. The system shall request, receive, process, and store all real-time data according to the information contained in the database. Database points shall be enabled or Encina Basin Water Reclamation Program SCADA Integration 13520 Phase II Project -6- 134538 February 2005 i disabled individually at any time by an operator working at the proper security level. As required, all internal database point information shall be accessible to other external database software applications through an SQL-compliant interface. 2-2.07. Interactive Database Editor. An interactive database editor software module shall be provided for creation, inspection, and modification of database entries. Modification, addition, or deletion of database information shall not require direct changes to the program source code. Changes made in the database contents or formatting shall automatically update all locations at which the information is stored or used. 2-2.08. Custom Algorithms. The software shall enable the users to create their own custom algorithms or command sequences through accessing database points, internal pseudo-point variables, math and logic comparisons, and standard system functions. Each algorithm and command sequence shall run independently and shall be configurable to be executed on demand, based upon an event or condition, on a timed-interval, or at a set time of day. . 2-2.09. Programming Language. A programming-type language or environment shall be considered acceptable if it is integrated into the base control system software product; if any compilers, linkers, and other necessary software modules are either included with the base software or supplied and configured by CONTRACTOR; if technical support is provided directly by the control software vendor; and if all control system database points and variables are accessible to the programmer. .- 2-2.1 0. Alarm Processing. SCADA alarm processing software by Wonde-ware shall be provided to recognize and report alarms to the operator in an organized, unambiguous, clear, and convenient manner. Alarms shall be classified into at least five priority levels and at least two independent classes. System events shall be considered alarms classified by their own specific priority or class. -’ 2-2.1 0.01. Alarms. Alarm processing software shall generate alarms for at least the following conditions. Discrete input or output change of state if defined as an alarm in the database. .. I Analog value exceeding the alarm limits defined in the database. Analog rate of change exceeding the limits defined in the database. Failure of any process input/output hardware, communications link, or other major hardware component. Encina Basin Water Reclamation Program SCADA Integration 13520 Phase II Project -7- 134538 February 2005 2-2.1 0.02. Acknowledgment. Alarms shall be generated as they occur and shall not be cleared until they have been acknowledged and conditions have returned to normal. As required, an alarm shall not clear from a specific operator workstation until it has been acknowledged from that workstation, regardless of whether it has been acknowledged at other workstations in the system. 2-2.10.03. Alarm Summaw Display. An alarm summary display shall be provided which lists at least 100 of the most recent alarms in all classes, with the most recent alarm listed first. Alarms shall appear flashing or in a unique color until they are acknowledged by the operator. Alarms of different priorities shall be easily distinguished on all alarm displays through the use of unique colors or similar methods. As required, each operator workstation in the system shall be configured to display only certain alarms, alarm classes, and alarm priorities based on the preferences of OWNER and ENGINEER. 2-2.10.04. Alarm Loaninq. Alarm logs shall constitute an electronic record of all alarms, events, and significant operator actions. Alarm displays and alarm log entries shall include the date and time that the alarm was detected, the tag name and description of the alarmed point, and an entry describing the nature of the alarm. Alarms shall be logged on an alarm and event printer as they occur. 2-2.10.05. ResDonses to Alarms. An audible alarm shall sound at the operator's console at each occurrence of a new alarm event. The audible alarm shall be silenced when it is acknowledged by the operator. As required, voice annunciation shall be used to annunciate alarm events. The audible alarm shall use an external sound system, such as a sound card and external speakers. 2-2.1 0.06. Alarm Enablinq. Alarms originating from database entries such as discrete change of state or analog limit violations shall be enabled or disabled on a point-by-point basis. 2-2.10.07. Alarm Notification Software. An external alarm notification software. package shall be provided to generate alarms for a paging system. Two licensed copies of the software shall be provided. The software shall be Win91 1 or SCADAlarm, or equal, 2-2.1 1. OPerator Interface. System software shall be suitable for creation and modification of alphanumeric and graphic displays and linking of dynamic fields to database variables. Encina Basin Water Reclamation Program SCADA Integration 13520 Phase II Project -8- 134538 February 2005 f 2-2.12. System Storaqe. The system shall be capable of storing and utilizing full-screen user displays and pop-up windows, as required, each containing any number of the following components. Static and dynamic alphanumeric information. Static and dynamic or object-based graphics. Dynamic bar graph displays. Dynamic analog real-time and historical trends displays. Static and dynamic bitmap (Windows .BMP compatible) graphics. 2-2.1 3. Component and Confinuration Information. The software shall enable the user to reuse components and configuration information from any screen or pop-up window with or without modification. All configuration information shall be displayed in any of 256 colors, flashing or non-flashing. Dynamic fields shall change color or from flashing to non-flashing and back in response to a change in value, state, or alarm condition of the linked variable. Dynamic objects linked to process inputs and outputs shall be capable of displaying at least three equipment states, such as on/off/alarm for pumps, or open/close/intermediate for va I ves . 2-2.14. Communications. System software shall support communications among computers and PLCs as indicated on the drawings and as specified herein. CONTRACTOR shall be responsible for any device driver development required to support the communications indicated. See Section 13540 for . . .,, ~. communications requirements. 2-2.1 4.01. Data Retrieval and Transmission. The software shall retrieve and send data from and to all remote field devices indicated on the drawings. The software shall perform all required error checking to ensure the validity of all data transactions and proper completion of the scan sequence. All communication system malfunctions, including "no response", shall be reported to the system as alarms. Re-transmission shall be utilized to correct or overcome communication errors. 2-2.1 4.02. Communications Driver. The software shall be supplied with communications drivers capable of communicating with any existing remote field devices indicated on the drawings as well as all software input/output drivers required to communicate with all field devices and system hardware that are furnished as part of the control system. , --I . L L- .- 2-2.1 5. Reports. Report logs shall constitute a hard-copy summary of user- selected process data. At least 30 report formats shall be available in the Encina Basin Water Reclamation Program SCADA Integration 13520 Phase II Project -9- 134538 February 2005 system. Report printing software shall include a user-interactive, on-line report editor to allow the operator to select the following parameters for each report. Data consisting of measured variables, calculated variables, and manually entered data. Starting and ending time of data to be included in the report. Print format for each variable. Titles and subtitles to appear on each page of the report, including report name, current time, and date. ..... Paper width (from 8 to 14 inches). Print pitch (from 5 to 16.5 characters per inch). Number of columns on each page. Number of lines per page and number of pages per report. 2-2.1 5.01. Database Points. All database points in the system, including all input/output points, manually entered points, and calculated points, shall be available for use in reports. Reports shall include sample, average, minimum, and maximum values for analog variables and the time of occurrence for minimum and maximum values. Information printable for discrete variables shall include running time, state, and transition count. 2-2.1 5.02. Report Formats. Report logs shall constitute a file or a hard-copy summary of user-selected process data. As required, all historical data for points in the history database shall be available for reporting from an SQL and ODBC compliant data base. Reporting software shall have the following features. Creation and modification of report formats or content shall not require direct modification of system source code. Reports shall have the ability to be created in third party software packages such as Microsoft Excel and Microsoft Access. .,L (1. -1 2-2.16. Historical Data Storaae. The software shall include modules for historical data gathering, data reduction, and reporting. Real-time analog signal values shall be collected and stored in the historical database based on a user defined time interval of I second to 1 day, or on a change of state deadband configured for each database point. The historian shall support the following features. The historical database shall be a real-time relational database. The database shall be an extension of Microsoft SQL Server. The historical Encina Basin Water Reclamation Program SCADA Integration 13520 Phase II Project -1 0- 134538 February 2005 database shall acquire point information from the graphical user database. Access to data shall be by any SQL or ODBC compliant software package, such as Crystal Reports, Oracle database applications, Microsoft Excel, or Microsoft Access. Database shall allow the use of a separate 110 server for data from the programmable logic controller system. 2-2.1 6.01. Data Reduction Capabilities. Data reduction capabilities shall be provided to average and reduce data to hourly records, and the hourly records to daily records. Entries for all hourly and daily averaged records shall include sample, average, minimum and maximum values as defined by OWNER. Both hourly and daily averages for each day shall be stored in the historical database. 2-2.1 6.02. Retrieval Software. Data retrieval software shall be provided to allow access to historical data files for the following uses: Tools shall be provided for remote trending and display of the data on all user workstations. Trend displays shall allow up to eight tags to be graphed in the window. Graphs shall allow stacking or separate display of each tag. Displays shall allow save functions for retrieval from the computer hard drive. Trends shall display real-time data, or display data from the history files. The trend display shall show the time frame of stored data. lmport/export of data from/to ASCII files. Inclusion in user-generated reports. Tools for Microsoft Excel display of data shall be included. Tools shall allow the retrieval and display of real-time data, or historical data. 2-2.1 7. Off-line Storaae. The software shall include provisions for copying to backup media any or all of the historical data currently stored on the hard drive. The software shall support archival of data to tape and to any other backup devices specified in the computer system hardware section. Archival of data backup process. shall be intuitive and the archival software shall guide an operator through the * .~ - - ,2-2.17.01. Backup Data. Once historical data is copied to back-up media, the software shall allow the operator to delete it without negative consequences to free space on the hard drive. Archived historical data shall be re-loadable and usable in all the same ways as historical data that has not been removed from the local hard drive. Encina Basin Water Reclamation Program Phase II Project -11- SCADA Integration 13520 134538 February 2005 2-2.1 7.02. Logical Disk Drive. If the backup device is on-line and addressable by a logical disk drive letter (e.g., an optical disk drive defined as I'D:"), historical data archived to that device shall be accessible directly without restoration to a local hard drive. 2-2.1 7.03. IntemeVlntranet Connectivitv. Use Owners network via router. 2-3. SOFTWARE DOCUMENTATION. CONTRACTOR shall relinquish all documentation supplied with the software furnished, such as user manuals, programmer guides, reference cards or keyboard templates, and related materials. In addition, CONTRACTOR shall generate and submit to OWNER and ENGINEER written documentation of any configuration work, modifications of the system, or setup of soMAre done before or after installation of equipment on the site. Documentation shall be electronic or written as required. This includes any and all information on the development of any "wizards" or "scripts" created for the use in this project. 2-4. PLC SOFTWARE. The requirements for PLC software are specified in Section 13530. 2-5. EXTENDED SUPPORT OR WARRANTY. The process control system software shall include the extended or comprehensive support service of the manufacturer. The service shall include all software updates and phone and personal support when needed. The service shall be for a period of one year after final acceptance and shall cover all software packages supplied under this contract. 2-6. TRAINING SERVICES. Training requirements are specified in Section 13500. . -'.. PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. The CONTRACTOR shall install the process control software on the control system hardware specified in another section. 3-1.01. Confinuration. CONTRACTOR shall install and properly configure any supplemental programs, modules, and software packages necessary to meet the functional requirements of the project as described in Sections 13500 and 13550. .,. .. _- 3-1.02. Quantity. The CONTRACTOR shall install a full development software package on each control system server and runtime software packages, one on each of the operator workstations as required. End of Section Encina Basin Water Reclamation Program SCADA Integration 13520 Phase I1 Project -1 2- 134538 February 2005 Section 13530 PROGRAMMABLE LOGIC CONTROLLERS Data Sheet Para- Description graph General (PR 1-1 thru 1-5) Data Units ., ~ PIC designations. PLC-PS-RW, PLC-PS-T, PLC-PS-B, PLC-PS-C, PLC-OPT, PLC-M, PLC- RES-C 1-2.01 General Equipment Requirements r Yes I pquired. 1-5 Number of spare power supply 2 No. modules of each type used in the PLCs. type used in the PLCs. modules used in the PLCs. 1-5 Number of spare I/O cards of each 1 No. 1-5 Number of spare communications 1 No. No Service Conditions Location. /I Spare parts. Number of spare processor modules of each type used in the PLCs. -.. ,,I. .. F Air conditioned room y"" temperature range. Required environmental Controls. r Sun shades As necessary Air conditioned enclosures Products (PR 2-1) Initial, spare, and future memory (RAMI. II b Heated enclosure 100% F Non air conditioned room F Outdoors I ]Outdoor location ambient 120-1 15 I"F I Encina Basin Water Reclamation Program SCADA Integration 13530 Phase II Project -1 - 134538 February 2005 2-1.05 i Manufacturer. F Allen-Bradley F GE-Fanuc F Modicon F Siemens I rhumbwheel input. When 'Other" is selected, indicate alternative. 2-1.04 Expandability 2-1.06 Signal power supplies required for: When "Other" is selected, indicate alternative. Separate fused power supply required for digital inputs. IF No F Other I; Orequal r Without exception Opt0 22 SNAP-LCM4 Controller Without Exception to communicate to each PRV site. Unit will be located within the CRWF Operation's Center Communications Enclosure. F Digital output P Digital input Analog input p Analog output r Other I; Yes ~~~~ ~ ~~ Encina Basin Water Reclamation Program 13530 2-1.08 PLC arrangement. G As indicated on block diagram r As summarized PLC Processor (PR 2-2) 2-2 Industrial rack mounted type with I; Yes rack mounted I/O. EPROM memory required. t~ Yes r No r No r Yes I; No r Yes CNO , Inputloutput Hardware -.. High speed pulse accumulator input. Platinum RTD analog input. Binary-Coded-Decimal (BCD) r Yes ., teservoir C 'LC has knly 24 IDC 134538 Phase II Project SCADA Integration -2- February 2005 ! Discrete Input (DI) Modules. I7 100 - 130 wits ac R 20 - 28 wits dc With isolation - 100-130 wlts ac r With isolation - 20-28 mlts ac F 1 amp at 100 - 130 wlts ac r 1 amp at 20 - 28 mlts dc Discrete Output (DO) Modules. Isolated modules - 100-130 molts ac Isolated modules - 20-28 wlts dc Relay modules Interposing relays. t= Yes r No r On all vo circuits r AS shown on uo lists Discrete outputs only Required for Reservoir C only 20-28 VDC 2-3 Analog Inputs (AI) Modules. When "Other" is selected, indicate alternative. Analog Output (AO) Modules required. Mini PLC Processor Mini PLC type with rack mounted I/O. 110 hardware contained entirely in PLC enclosure. F 4-20mA I7 With isolation r With (VI) signal isolators r Other Type of I/O hardware. t= Yes (-No Discrete Input (DI) Modules. r Yes Tj 100-130 wits ac r 20-28 mlts dc r With isolation No I Discrete Output (DO) Modules. r Yes r No , r 1 amp at 100-130 mlts ac r 1 amp at 20-28 wlts dc r Isolated modules r Relay modules r Remowble C Non-remowble Encina Basin Water Reclamation Program SCADA Integration 13530 Phase II Project -3- 134538 February 2005 nalog Inputs (AI) Modules. I 1 With (VI) signal isolators I l- 4-20mA r Other When "Other" is selected, indicate alternative. Analog Output (AO) Modules. When "Other" is selected, indicate alternative. Communications (PR 24) Communications modules required F Local inputloutput hardware for: r 4-20mA Other I7 Remote inputloutput hardware E Other PLCs fl Host computers Communications media. F Cable Number of addressable nodes required for nehrvork. When "Other" is selected, indicate alternative. PLC to PLC Communication hardware. Data highway Fiber optics P Radio t~ 30 minimum Other G Yes r No 134538 Encina Basin Water Reclamation Program 13530 Phase I1 Project -4- February 2005 SCADA Integration >LC to Remote Communication iardware. DLC to Host Communications iardware. 7ber Optic Communications qardware. qadi0 communications hardware. Zommunication media. 3ata Highway Plus cabling. G Yes r No G Yes r No r Yes G No G Yes r No r PLC comm. network r Remote VO network .s Both r Yes No Per PLC MFR. Modbus Plus cabling. r Yes Metallic LAN cabling. @ Yes C No Type of metallic LAN cabling. r Coaxial I; STP Fiber Optic cable. r Yes rz No Fiber Optic Comm hardware. r Yes i= No Radio Comm hardware. Yes Programming Hardware and Software (PR 2-5 & 2-6) Notebook computer required. G Yes s No r No r No F OWNER copy r Other Copies of PLC programming licenses required including documentation and manuals. When "Other" is selected, indicate alternative. Software standard. 6 Manufacturers standard ENGINEER copy r Third party C RS Logix r Concept r- Other When "Other" is selected, indicate alternative. Languages. F Relay ladder logic P Function block P Sequential function chart F Structured text r State logic r IEC-1131 G Yes r No PLC emulation testing required. Enclosures (PR 2-7) Encina Basin Water Reclamation Program SCADA Integration 13530 Phase II Project -5- Per PLC MFR. Specified Under Section 1351 0 134538 February 2005 PLC housed in. P Shop-assembled Existing Encina Basin Water Reclamation Program SCADA integration 13530 Phase It Project -6- Field Services (PR 3-1) Refer to specification section indicated. Fiber Optic Cable testing required. 134538 February 2005 Section 13500 r Yes @ No Section 13530 PROGRAMMABLE LOGIC CONTROLLERS PART 1 - GENERAL 1-1. SCOPE. This section covers programmable logic controllers (PLCs) as designated and as required, including associated inpuffoutput hardware to control process equipment and serve as the interface to field devices. 1-1.01. Tenninoloay. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-1.02. Control System. Section 13500 shall apply to all equipment furnished under this section. Additional PLC software requirements are indicated in Section 13550. 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.01. General Equipment Requirements. Not used. 1-2.02. Drawings. Supplementing this section, the drawings indicate the number and sizes of PLCs, locations of PLCs, and provide diagrams and schematics regarding connection and interaction with other equipment. All hardware, including power supplies, special cables, and other appurtenant equipment, shall be provided to meet the functional requirements described herein and indicated on the drawings. 1-2.03. I/O List. An inputloutput (VO) field device signal listing is included as an appendix attached to this section. 1-3. SUBMITTALS. Submittals shall be as required in Section 13500. 1-4. DELIVERY, STORAGE, AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 1-5. SPARE PARTS. Spare processor modules, spare power supply modules, spare I/O cards, and spare communications modules shall be supplied in the Encina Basin Water Reclamation Program Phase I I Project -7- SCADA Integration 13530 134538 February 2005 numbers as required. Additional spare parts shall be provided as required. PART 2 - PRODUCTS 2-1. GENERAL. All equipment furnished under this section shall be expressly selected by CONTRACTOR for its superior quality for the intended purpose and shall comply with the following requirements. 2-1 .Ol . Interchanqeability. All programmable logic controller systems shall be products of the same manufacturer and of the same series or product line. Processors, local and remote inpuffoutput hardware, communications modules, and specialty modules such as coprocessors and ASCII modules shall be interchangeable among all 1/0 panels and systems. PLC modules and hardware by other manufacturers will be acceptable only if the PLC manufacturer does not offer suitable modules and hardware for the same functions. 2-1 -02. Initial, Spare, and Future Memow (RAM). CONTRACTOR shall provide adequate memory for the amount of 110, control algorithms, and communications in the initial system. Each programmable logic controller shall include provisions for future expansion and shall have 100 percent spare memory capacity and 100 percent spare data capacity installed. The spare memory capacity shall be documented by submitting to ENGINEER, during factory testing, a statement indicating the amounts of memory of all types being utilized and the total amount available in each system. The statement shall include an estimate of the total program and data memory necessary, including spare memory, based on the I/O hardware for the system, and previous programming experience. 2-1.03. Spare I/O. Each PLC input/output enclosure shall be provided with at least 20 percent spare inputs and outputs of each type. Spare I/O shall be installed, wired, and interfaced properly to the terminal strip. The spare I/O shall be in addition to any I/O installed and reserved for future process signals as may be indicated on the I/O list. In addition, each PLC input/output enclosure shall be capable of accommodating 25 percent of additional inputloutput capacity of each type as originally assembled, without the need for additional expansion racks or . PLC power supplies. ,+ 2-1.04. Expandability. Each PLC processor and associated I/O shall have a future expandability of at least 50 percent of the provided system or as required, whichever is greater. 2-1.05. Acceptable Manufacturers. The PLCs for the Twin D, Bressi, Calavera, Reservoir C and the CWRF Operation’s Center (master PLC) communications Encina Basin Water Reclamation Program SCADA Integration 13530 Phase II Project -8- 134538 February 2005 i enclosure shall be Modicon Momentum, Allen-Bradley SLCSOO, GE Fanuc Series 90, or Siemens as required. An OPT0 22 SNAP-LCM4 controller is required without exception to be located in the CWRF Operation's Center communications enclosure. See block diagram 1-2 in appendix A for detail. 2-1.06. Sianal Power Supplies. A regulated dc power supply for analog output and for analog input loops shall be provided for each 110 rack as required. Power supplies shall be suitable for an input voltage variation of *IO percent, and the supply output shall be fused or protected against short-circuiting. Output voltage regulation shall be as required by the instrumentation equipment supplied under another section. The loop power supply shall be separate from the power supply circuit for the processor and racks. A separately fused 120 volts ac or 24 volts dc power source shall be provided for all digital inputs from field devices as required. Unless otherwise noted, all field devices will be provided with dry contacts that close to provide an input to the PLC. 2-1.07. Appurtenances. The PLC processor and I/O hardware shall be provided as complete systems, as shown on the block diagram drawings. The PLCs shall include all necessary hardware and software for a complete working system. All special rack or panel mounted power supplies, special interconnecting and programming cables, special grounding hardware, or isolation devices shall be furnished as required for proper operation of the equipment. Signal converters, signal boosters, amplifiers, special power supplies, special cable, special grounding, intrinsically safe relays and current repeaters, surge suppression devices, and isolation devices shall be furnished and installed as requited for proper operation of the equipment. 2-1.08. PLC Arrangement. The PLCs shall be distributed and arranged as indicated on the block diagram. 2-2. PLC PROCESSOR.The programmable logic controller processor shall be an industrial-type rack-mounted unit that utilizes battery-backed CMOS type or nonvolatile type memory. Battery backed memory shall include integral batteries with sufficient capacity for at least 6 months' memory retention without pawer to, the processing unit. Standby and shelf life of the batteries shall be at least 5 years. The system shall include an Erasable Programmable Read Only Memory (EPROM) card for storage of the user program. The processor shall automatically download the user program from the EPROM upon startup after a power loss. The EPROM shall be programmable by the PLC or PLC software, without the use of external PROM programmable equipment. Encina Basin Water Reclamation Program SCADA Integration 13530 Phase II Project -9- 134538 February 2005 2-2.01. Diaqnostics. The processor shall utilize self-monitoring diagnostic techniques and shall contain easily visible LED diagnostic indicators for "run" and "halt" conditions as well as memory and input/output error conditions. Diagnostic codes shall also be available through the programming device to facilitate troubleshooting. 2-2.02. Proqramming Port. The processor shall include a programming port that is available for programming and monitoring on-line after the system is fully functional, and after all communications, human machine interface (HMI), and network connections have been made. Removal or disruption of network communications, remote I/O communications, and HMls to allow for on-line programming and monitoring will not be acceptable. A key switch shall be provided on the processor for selection of the operating mode and as a security measure. 2-2.03. Communications. PLC to PLC communication network shall be MODBUS RTU. Appropriate network, modem and protocol shall be provided by CONTRACTOR. Master PLC shall be provided with Ethernet interface per block diagram 1-2 in Appendix A. All PLC's from remote locations shall be connected using RS232 to Modem. Modem will be connected to Analog VG leased lines. The signals will be converted from digital to analog wave. This will be converted back to digital signal by Modem located inside RWCC. The Modem will be connected to master PLC. All remote PRV and Flow meter station sites (locations) shall have RTU OPTO 22 SNAP IO and MODEM preinstalled. Contractor is to coordinate with owner and TELCO (SBC) leased line provider to complete installation. Modems shall be Blackbox model 3600 to connect to telepho'he lines at both ends. The modem inside the RWCC will be cdhnected to PLC OPTO 22-SNAP LCM4 local controller to be installed with M4SENET-100 ethemet card and SNAP-PS5 power supply to match existing standard. Additional hardware may be required for Analog VG leased line application. The processor shall be programmed to operate autonomously, regardless of communications status with other units. Each programmable controller shall be furnished complete with communication modules for local and remote inputloutput hardware communications, communications with other programmable controllers, and communication with host computers as shown on the block diagram 1-2 (Appendix-A). *- 1 2-2.04. Environment. The processor shall be suitable for operation in the environments specified in another section. 2-2.05. Programming. The processor shall be programmable using the IEC 1 131 international programming standards and ladder logic programming. IEC 1 131 programming shall include the following: Encina Basin Water Reclamation Program Phase II Project -1 0- SCADA Integration 13530 134538 February 2005 Functional Block Diagram Sequential Function Chart. Instruction List. Structured Text. Ladder Diagram. Ladder logic programming shall include a minimum of the following capabilities: Contacts, coils, branching. Data comparisons. On-delay and off-delay timers. Counters with comparators. Floating point Math and Logical instructions. PID loop control. Jumps and Subroutine functions. Master control relay. Transitional or one-shot outputs. I, I_' r ,. . Standard and user-defined data tables for discrete and analog value storage. Remote 110 capability. Fault-mode subroutine. 2-2.06. 'Prmramminn Capabilities. The processor shall include the following capabilities for programming, debugging of programs, and troubleshooting. Off -line programming. On-line programming. On-line status of coils and registers. Encina Basin Water Reclamation Program SCADA Integration 13530 Phase ti Project -1 1- 134538 February 2005 In p utloutput forcing . 2-2.07. Hardware Confiquration. Processors shall be configured for standard rack mounting. Each programmable logic controller processor shall include integral communications ports for the programming device, remote inputloutput, HMI device, or remote communications interfaces as required. 2-2.08. InputlOutput Hardware. Inputloutput hardware shall be arranged as indicated on the drawings. Programmable logic controller systems shall support the following types of input/output modules. 120 volt ac discrete input and output. 4-20 mA dc analog input and output. 24 volt dc discrete input and output. All digital input/output hardware shall include isolation against surges of at least 1500 volts. All output hardware connected to inductive loads shall be supplied with surge suppression devices as required and recommended by the PLC manufacturer to prevent damage to output hardware. Combination inputloutput modules will be acceptable if they meet the following requirements. 2-2.08.01. Wiring Terminals. All input/output modules shall utilize easily removable plug-in or hinged field wiring terminals to allow removal of modules without disconnecting individual wires. ..- \ . 2-2.08.02. -. Outputs for motor driven equipment will typically be powered from the driven equipment. Discrete outputs for miscellaneous equipment shall be powered either from the controlled equipment or the PLC enclosure as indicated on the drawings or as coordinated with the controlled equipment supplier. Outputs that control process equipment specified under other sections or provided under other contracts shall be fully isolated or shall operate either interposing relays or relay-type discrete output modules in the PLC cabinet. 2-2.08.03. Discrete Input Modu1es.Discrete input modules shall sense voltages between 100 and 130 volts ac or 20 and 28 volts dc and shall have LED indicators for each point to display the status of the field contact. Each input module shall be suitable for being connected to a separate voltage source and return. Return voltage may be common to the entire input module. Discrete input modules shall have multiple inputs. 2-2.08.04. Isolated Discrete Input Modules. Not used. Encina Basin Water Reclamation Program Phase II Project -1 2- SCADA Integration 13530 134538 February 2005 i 2-2.08-05. Discrete Output Modu1es.Discrete output modules shall control voltages from 100 to 130 volts ac or 20 to 28 volts dc and shall be rated at least 1 ampere. Outputs shall be individually fused and shall have LED indicators to display output status. Outputs shall withstand a surge of at least 80 amperes for one cycle and shall have an off-state leakage current not to exceed 2.0 mA. Discrete output modules shall have multiple outputs. 2-2.08.06. Isolated Discrete Output Modules. Not used. 2-2.08.07. Relav Discrete Output Modules. Not used. 2-2.08.08. AnaloQ Input Modules. Analog input modules shall accept linear 4-20 mA dc signals from field transmitters. Analog to digital conversion accuracy shall be at least 12-bit (0-4095 count) resolution. Analog input modules shall have multiple inputs. 2-2.08.09. Isolated Analog Input Modules. Isolated analog input modules shall accept linear 4-20 mA dc signals from field transmitters. Analog to digital conversion accuracy shall be at least 12-bit (0-4095 count) resolution. Analog input modules shall have multiple inputs. Each input shall be fully isolated from the other inputs. 2-2.08.1 0. Analolq Output Modu1es.Analog output modules shall transmit linear 4-20 mA dc signals to field devices. Loop power for all analog outputs shall be provided by regulated power supplies in each inpuVoutput enclosure and shall be capable of driving a 0 to 600 ohm load. Digital to analog conversion accuracy shall be at least ?2-bit (0-4095 count) resolution. Analog output modules shall' have multiple outputs. ' - 2-2.08.1 I. Panel Terminations. All PLC inpuVoutput signals for field connections shall be terminated through panel enclosure terminal strips. Direct connection of field wiring to the I/O module terminals is not acceptable. 2-2.08.1 2. Interposing Relavs.lnterposing relays shall be incorporated on all I/O circuits as shown on the PLC input/output listing, or as required by the application to isolate foreign power sources, and where the continuous output, , rating of the PLC relay discrete, or output module is not sufficient to power the connected device or equipment. Interposing relays shall be provided for any discrete output module output signal that leaves the PLC enclosure. Interposing relays shall be mounted in the PLC enclosure containing the output module that activates the relays. . 2-3. MINI PLC PROCESSOR. Not used. Encina Basin Water Reclamation Program Phase II Project -1 3- SCADA Integration 13530 I 34538 February 2005 2-4. COMMUNICATIONS. Each programmable controller system shall be furnished complete with communication hardware modules for local inputloutput hardware, remote inpuVoutput hardware, other programmable controllers, or for host computers as required. Communication hardware shall be compatible with the cable, data highway, fiber optic, or radio communication media as required. 2-4.01. Addressability. Each programmable logic controller shall be individually addressable so that only the selected controller responds when queried. At least 30, or a larger number as required, distinct network addresses shall be available. Designation of a controller's network address may be either a software or hardware function . 2-4.02. Communications Hardware. CONTRACTOR shall provide all necessary communications hardware. Hardware shall be included for, but not be limited to, remote I/O, data highway, host computer, fiber optics, Ethernet and radio. 2-4.02.01. PLC to PLC Communications Hardware. Each PLC shall communicate to other PLCs over a leased line, or radio, using the MODBUS RTU communication protocol. CONTRACTOR shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working system. 2-4.02.02. PLC to Remote Communications Hardware.The master PLC shall communicate with the remote PLC rack over a leased line and remote I/O communications network. CONTRACTOR shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working system. 2-4.02.03. PLC to Host Communications Hardware. Each PLC shall communicate to the host computer over an Ethernet communications network. CONTRACTOR shall include all rack mounted, enclosure mounted, or desktop mounted communications modules required for a complete working system. The computer system hardware is covered in another section. 2-4.03. Communications Media. CONTRACTOR shall provide all necessary r- L cabling for the PLC communications network and PLC remote I/O communications network. Communications cables shall meet the requirements of the manufacturers of the PLCs and communications modules. 2-4.03.01. Cable. CONTRACTOR shall provide all necessary cabling for the PLC system. Communications cables shall meet the requirements of the manufacturers of the PLCs and communications modules. Telephone wires shall be telephone company voice grade (VG-6) leased lines. Encina Basin Water Reclamation Program Phase II Project -1 4- SCADA Integration 13530 134538 February 2005 i 2-4.03.01.01. Data Hiqhwav Plus Cablinq. Not used. . , .., 2-4.03.01.02. Not used. 2-4.03.01.03. Metallic LAN Cable-Cable shall be coaxial or shielded pair suitable for installation in conduit. Cable furnished shall meet the following minimum requirements. 2-4.03.01 -04. Fiber Optic Cable.Not used. 2-4.03.02. Fiber Optic Communications Hardware: Not used. 2-4.03.03. Rad io Communications Hardware. CO NTRACTO R s ha II provide a II necessary radio communications for the PLC system. Communications hardware shall meet the requirements of the manufacturer of the PLCs. Radio equipment shall be as specified in section 13540 - COMMUNICATIONS EQUIPMENT and as shown on the drawings. 2-5. PROGRAMMING DEVICE HARDWARE. The programming device shall be a portable notebook computer as specified in another section. CONTRACTOR shall provide two interconnecting cables, each 5 meters long, to connect the computer to the programmable logic controller. The cables shall be shielded data cable and shall be terminated on both ends with the appropriate connectors. Connectors shall be labeled to identify the connected equipment. 2-5.01. Special Devices. CONTRACTOR shall provide two sets of any special devices (such as null modems, adapter cards, interface converters, etc.) required to establish an operational programming line between the programmable logic controllers and programming device. 2-6. PROGRAMMING SOFTWARE. CONTRACTOR shall furnish licensed copies of PLC programming software as required. The software shall be suitable for running on the programming device specified elsewhere. A full legal set of programming software documentation shall accompany each copy of the software. Each copy of the programming software shall include all necessary device drivers and add-on software packages. 2-6.01. Standard Product. The programming software shall be personal computer based and a standard product of the PLC manufacturer, or at CONTRACTOR'S option and with OWNER'S approval, field-proven third-party software that is functionally equivalent to the PLC manufacturer's software may be provided. The software shall be RS Logix for A-B, Concept for Modicon, or other as required. Encina Basin Water Reclamation Program SCADA Integration 13530 Phase II Project -1 5- 134538 February 2005 2-6.02. PLC Emulation. The programming software shall include a PLC emulation feature that allows the program logic of a single PLC to be tested and debugged entirely in the programming device without the PLC. 2-6.03. Programminq Software Features. The programming software shall allow off-line development of all PLC-related programming, including user annotation of the program, and creation and printing of application programs and I10 cross- reference lists. Special programming tasks originally provided by CONTRACTOR shall also be included. On-line features shall include IEC-61311 standards program modification, ladder- logic modification, program language modification, monitoring of real-time ladder- logic execution, monitoring of program execution, monitoring and manipulation of timer and counter preset and present values, monitoring and forcing of physical I/O, and monitoring and manipulation of analog (register) and bit (binary) data table values. PLC and I/O hardware diagnostic and status information shall be accessible using the software in on-line mode. 2-7. SYSTEM ENCLOSURES. Programmable logic controllers and input/output hardware shall be housed in shop-assembled panels as indicated on the drawings and as described in another section. 2-8. SYSTEM ENCLOSURES. Not used. PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. PLCs installation requirements are specified in Section 13500 except as described herein. Field check, testing, and training shall be as specified in Section 13500. 3-2. CON F I G U RAT1 ON. 3-2.01. PLC Proarammina and Confiauration. Configuration services are - specified in Section 13500. e...? 3-2.02. Communications Confiauration. The communications shall be fully configured and installed by CONTRACTOR. Communications shall be configured as shown on the block diagram drawing. End of Section Encina Basin Water Reclamation Program SCADA integration 13530 Phase I1 Project -1 6- 134538 February 2005 i e B f c4 1 P 2 P 2 I co f II E i 4 E i 8 3 f 4 QP e4 i i ! ? i 5 Section 13540 COM M U N I CAT1 0 N EQU I P MENT 1-1. SCOPE. This section covers the furnishing and installation of communication equipment for the Recycle Water SCADA System. The equipment shall consist of the following principal items, .arranged as indicated on the drawings and as required to provide reliable communications between the PRV sites, the pumping stations and the Operation's Center Control Room, utilizing a combination of Southwestern Bell (SWB) I SBC leased line service and frequency hopping spread spectrum radios. Remote radio Leased Line Equipment OEM packaged systems that meet the requirements of this section and those required in Sections 13530 & 13590 may be submitted in lieu of the CONTRACTOR assembling discrete components to achieve the required communications. 1-1.01. Accessones . The CONTRACTOR shall provide all necessary equipment such as channel processors, line buffers, communication couplers, Modems, patch cables and modems, to transmit commands and receive data via communication channels. The CONTRACTOR shall also provide all radio transmitters, receivers, antennas, mounting hardware, and coaxial or Heliax cable for a complete radio interface to the Owner's existing SCADA system. 1-1.02. ContrtmEyskm. Section 13500 shall apply to all equipment furnished under this section. . The 1-1.03. Coordlnatlon of I eased-1 ine Te1eptm.m Communlcatrons CONTRACTOR shall be responsible for arranging telephone service with the local telephone companies to provide the leased-line communication links shown on the drawings. All costs associated with providing service to the sites, including installation and service initiation fees will be the responsibility of the Owner and are not part of this contract. The CONTRACTOR shall be responsible for all work necessary to extend the telephone service from the utility service connection point to the point-of-use at all sites shown on the drawings. The CONTRACTOR shall coordinate with Southwestern Bell (SWB) or SBC to secure the necessary Analog VG (voice grade) service between the sites indicated. The CONTRACTOR shall perform all work in compliance with SWB / SBC standards and shall be responsible for contacting SWB / SBC to determine .. .. Encina Basin Water Reclamation Program Phase II Project -1 - SCADA Integration 13540 134538 February 2005 specific requirements. The CONTRACTOR is responsible for supplying any necessary pertinent equipment (Modems, patch cables, surge protectors, etc.) for a complete and operating system. 2-1. COMMUNICATIONS FWMFNT . The following communication equipment shall be furnished from Free Wave or equal. (C) Reservoir Remote unit Number of channels (per radio) 1 Frequency Selection 902/928 MHz Signal Modulation Spread Spectrum Modulation Deviation +3 kHz S/N (flat weighing) 15 dBm threshold at antenna port (3 kHz c ha n ne I) -104 dBm S/N Antenna Gain (dB) 14 Vertical Beamwidth 16 degrees Type of antenna Yagi 2-2. COMhhUNICAT-CHANNEL. The communications link shall utilize frequency modulated radio as its communications medium. System transceivers shall operate on the Owner‘s existing, licensed Multiple Address System channel pair in conformance with FCC Rules and Regulations, Parts 22 and tO1. The radio shall operate on the following frequencies. Transmit frequency: 902.61 250 MHz Receive frequency: 928.61 250 MHz Channel bandwidth shall be 12.5 kHz. 2-3. RAnlO FQI JIPMFNT. The radio equipment necessary for the communications link with the SCADA system shall be provided by the Encina Basin Water Reclamation Program Phase II Project -2- SCADA Integration 13540 134538 February 2005 i CONTRACTOR. The radio system configuration is shown in the drawings. The Configuration shall include a non-standby remote radio interfaced with the Operation’s Center Master PLC. 2-3.01. Location. The location of the remote transceiver site is on the 1 million- gallon unit “C Reservoir. Approximate coordinates of the remote site are 3309’38.1” N, 1 17016’49.1” W. Approximate coordinates of the Carlsbad Operation Control Center are 3309’38.1’’ N, 117016’5.64 W. 2-3.02. CONTRACTOR, and shall be stainless steel to resist corrosion. Supporting structures are specified elsewhere in this section. . Mounting hardware shall be provided by the 2-3.03. Svstem Fm . The radio system equipment shall be Free Wave Technologies, without exceptions. 2-3.04. characteristics. . The digital interface shall have the following 2-3.04.01. Ei&U&xhe Devices . Interface shall be EIA-232 consistent with the RTU furnished under Section 13530 of this contract. 2-3.04.02. RTSICTS. Interface shall support RTS/CTS handshaking. CTS shall be granted within 10 msec after RTS. Bit Error Rate shall be 1 x IO- or better at -1 11 dBm, kilobits per second. 2-3.04.03. Rate. Data rate shall be adjustable to at least 38,400 bits per second. The data rate shall be field adjusted to correspond to the data rate used by the existing SCADA system. 2-3.05. Trarlsmitters . The transmitters (Free Wave) shall have the following characteristics. Modulation type Spread Spectrum Output power at antenna port, 1 watts Spurious and harmonic emissions - 70 / - 50 to -70 dBc “N” type connector Frequency stability +0.00015%, 1.5 PPM (-30 to +60 C) Bandwidth 12.5 kHz Encina Basin Water Reclamation Program SCADA Integration 13540 Phase II Project -3- 134538 February 2005 Modulation deviation 22.5 KHz Duty cycle 1 OO%, continuous at 5 watts (-30 to +60 C) Output impedance 50 ohms After the transmitter is unkeyed, it shall remain on for another 0 to 64 msec. When the transmitter is keyed on, an interval timer shall start with an adjustable 1 to 30 second range that prevents the transmitter from locking up a channel. 2-3.06. Receivers . The receivers shall be from Free Wave and have the following characteristics. Type Frequency stability Spurious and image rejection Bandwidth compatibility IF selectivity at adjacent channel RF input impedance I ntermod ulation (E IA) Desensitization (EIA) Dual conversion superheterodyne 20.0001 5%, I .5 PPM (-40 to +75 C) -60 dB minimum 12.5 kHz 100 dB minimum 50 ohms -75 dBm, minimum -60 dBm, minimum 2-3.07. Power Requhnmk . The equipment shall be designed for operation using available solar dc power source as described in Section 13600. A voltage converter shall be provided with the radio as necessary to provide the proper input voltage to the radio unit. Radios must have low current consumption mode available for use in solar applications. Reliable communication shall be achieved when the equipment is continuously energized at any voltage level from -1 5 percent to +I 2.5 percent of nominal, with ambient temperatures as specified. 2-4. RA-. Cable for radio to antenna connections shall consist of a solid copper corrugated outer conductor with a polyethylene outer jacket suitable Encina Basin Water Reclamation Program SCADA Integration 13540 Phase II Project -4- 134538 February 2005 1’ for direct burial. 2-4.01 Splices. All cabling between the antenna and radio transceiver shall be splice-free, “unkinked” foam dielectric coaxial cable consisting of an inner conductor surrounded by a foam dielectric, a corrugated outer conductor surrounding the dielectric, and a polyethylene jacket. . 2-4.02. Manufacturers. Foam dielectric coaxial cable shall be 7/8-inch, Andrew “Heliax Type LDF5-50A” or equal. A length of superflexible Heliax cable shall be supplied for intrapanel connections between surge suppressors and antenna ports. The cable shall be terminated with standard N type connectors. The cable shall be %-inch, Andrew “Superflexible Heliax Type FSSl-50A” or equal. 2-4.03. -. The CONTRACTOR shall provide and install an in- line surge suppressor on antenna cables at the remote radio site to protect the radio equipment from damage by lightning. Surge suppressors shall be Polyphaser Series IS-B50LN-C2 or equal. 2-5. ANTFNNA. The antenna and its supporting hardware shall be furnished and installed at radio site in the location indicated on the drawings. 2-5.01. Rkechnal Ankxmas . A 10 dB directional Yagi antenna with a minimum 20 dB front-to-back ratio shall be provided for each remote transceiver radio site and polling remote radio site as indicated on the drawings. Each antenna shall be of heavy-duty design for permanent installation, with gold anodized aluminum support boom and elements and mounting hardware supplied by the antenna manufacturer. The radiating element of the antenna shall be radome protected. Directional Yagi antennas shall be Kathrein TY-900 or equal. 2-5.02. . Not Required. 2-5.02.01. Radb TOW- . Radio towers and foundations shall be furnished in the dimensions indicated at the locations indicated on the drawings. The towers shall meet the applicable standards of AISC, AISI, AWS, EIA and FAA. The towers shall be Rohn GT series and shall be mounted on pre-engineered Rohn recommended foundations for concrete base stubs or Rohn recommended base plates. 2-5.02.02. &di~J&& . Self-supporting radio masts shall be furnished of the height at the location indicated on the drawings. The mast shall be of tapered, tubular design, manufactured of high-strength steel, with a galvanized protective coating, and shall be mounted on a heavy-duty foundation designed and Encina Basin Water Reclamation Program SCADA Integration 13540 Phase II Project -5- 134538 February 2005 approved by the mast manufacturer. The mast shall be designed for the loading indicated on the drawings and shall be Valmont Industries Model RT. 2-5.02.03. antenna-mounting hardware as required to attach the antenna to each locations mast structure. . The CONTRACTOR shall provide 2-5.03. Groundina CO- . All ground conductors shall be soft drawn copper cable or bar, not smaller than 2 AWG, bare or green insulated in accordance with the National Electrical Code. 2-5.04. Ground Rods. Ground rods not described elsewhere shall be 5/8-inch in diameter by 8 feet long, with a copper jacket bonded to a steel core. 3-1. GFNFRAI INSTAI I ATION RFQlJIRFMFNTs . General installation requirements are described in Section 13500. . The communications equipment and .. 3-1.01. Communlcatlans appurtenances shall be mounted in the Radio Telemetry Panel furnished as part of the Booster Pumping Station in Section 13100. 3-1.02. Radb PatkAdyas ’ . The Engineer performed a computer-aided radio path analysis on September 24, 2003. Results indicate that a reliable communications may be achieved with the Operation’s Center using the specified antenna mounting height. The PDF files illustrating the results of this analysis are attached as an appendix to this section. Specific parameters used in the analysis are available from the Engineer upon request. 3-1.03 Functional T&ug ’ . As a minimum, the following functional tests shall be performed on the communications equipment. 3-1.03.01. . After the antenna is permanently installed, a power monitor shall be used to properly adjust the antenna for maximum signal strength. A written report on the monitoring results shall be submittee to the Engineer for review before the radio is placed into permanent operation. 3-1.03.02. -0 Frequency Check . After the radio has been installed but before it is placed into permanent operation, a frequency check shall be conducted to verify conformance with the specified tolerances. The frequency check shall be performed by a radio technician either employed or subcontracted by the CONTRACTOR. A written report on the results of this check shall be submitted to the Engineer for approval. Encina Basin Water Reclamation Program SCADA Integration 13540 Phase II Project -6- 134538 February 2005 3-1.04. . . The CONTRACTOR shall provide all cable mounting hardware and equipment for installation as specified herein and as indicated on the drawings. A smooth radius shall be maintained on all bends. The manufacturer‘s minimum bend radius of 10 inches for Andrew “Type LDF5- 50A” cable shall be strictly observed, however, a minimum bend radius of 18 inches for Andrew “Type LDF5-50A is recommended. All anchors, bolts, nuts, and cable supports shall be stainless steel. 3-1.05. vr lnstallatlan . A surge suppressors shall be bulkhead- mounted on the Radio Telemetry Panel and shall be suitable for the sizes of cable inside and outside the enclosures. 3-1.06. installation of Gro- ’ . Electrical system grounding and equipment grounding shall be in compliance with the National Electrical Code. Lightning protection grounding shall comply with Lightning Protection Institute Standard of Practice LPI-175 and the equipment manufacturer‘s recommendations. 3-1.07. Antenna InstaMmn . . The CONTRACTOR shall provide and supervise the installation of antenna equipment at radio sites as indicated on the drawings. Damage to tanks or reservoirs caused by the installing Contractor shall be repaired to the OWNERS satisfaction at the CONTRACTORS expense. 3-1.08. Leased I ine Te sting. The CONTRACTOR shall perform end-to-end tessts on each communication cable that is furnished by the CQNTRACTOR. Testing shall be performed after field connectors have been installed. Testing shall include testing for continuity, opens, shorts and split pairs. Additionally, the CONTRACTOR shall also perform end-to-end bit-error-rate (BER) testing on each line after installation of each Modem (Supplied under this contract in other sections) has been completed and shall include the Modem at each end. The test shall be conducted for a minimum of two (2) hours on each circuit. If the BER for a circuit is less than IO6, the CONTRACTOR shall coordinate with SWB or SBC to identify and resolve any problems. The BER E test shall be performed again to confirm that the problem*has been resolved. End of Section Encina Basin Water Reclamation Program Phase II Project -7- SCADA Integration 13540 134538 February 2005 - 00 mrl 00 rlrl .. 00.4 +' B 0 0 W f. m * + k! 0 c! * CI m rl * & 0 U C t rl 0 ro 0 Section 13550 SOFTWARE CONTROL BLOCK DESCRIPTIONS Data Sheet Para- Description Data PLC Programming Functional Requirements These descriptions are applicable to F Section 13520 the software specified in these P Section 13530 Sections. r Other When "Other" is selected, indicate other Sections. 3-1.02 Flow Value Totalization in PLCs G Yes graph r No 3-1.1 1 MaintainedIMomentary outputs G Yes required rN0 Units I I p-2.01 pbase provided by Owner Ir Yes (i. No 3-2.02 Number of real time trend displays 20, minimum 3-2.02 Number of historical trend displays 20, minimum 3-2.04 Number of historical facility reports 20, minimum required required rewired Encina Basin Water Reclamation Program Phase \I Project -1 - SCADA Integration 13550 134538 February 2005 Section 13550 SOFTWARE CONTROL BLOCK DESCRIPTIONS PART 1 - GENERAL 1-1. SCOPE. This section provides functional descriptions of the PLC, RTU and computer software requirements for the Computer Control System as indicated on the drawings and as required. These descriptions are intended to provide an overview of the operating concept of the recycled water distribution process equipment rather than describing in detail every operating feature or interlock. 1-1.01. Control System. Section 13500 shall apply to all systems described in this section. 1-1.02. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". PART 2 - PRODUCTS 2-1. 13500 and 13520. PLC programming software is specified in section 13530. GENERAL. Operator interface software products are specified in sections PART 3 - EXECUTION 3-1. PLC PROGRAMMING FUNCTIONAL REQUIREMENTS. The following paragraphs describe general configuration tasks that are required for the system PLCs and RTUs. These tasks shall be programmed in any applicable PLC, or RTU. Each PLC, or RTU may have multiple instances of each of these tasks, or may have no instances of some or all of these tasks. The inputloutput lists (located in these documents as required in Section 13500) and detailed equipment control descriptions (included in this Section) should be referenced to determine the requirements for each PLC, or RTU. PLCs and RTUs should be programmed in a manner that provides optimum reliability, security, and ease of use for maintenance. Every data objecthatiable and program file shall be fully documented with descriptive text to be used as a troubleshooting aid. Programming methods used for the PLC and RTU shall make use of standard blocks and routines and custom defined blocks for each 10 type. The use of user defined data type files (arrays) is required for all components, i.e., pumps should have a data file type, valves a file type, etc. Standard ladder logic and function Encina Basin Water Reclamation Program SCADA Integration 13550 Phase I1 Project -2- 134538 February 2005 i blocks shall be used for programming methods, with logic for repetitive devices to be standardized and reused for each instance. Scaling and alarming of process values shall be performed primarily in the PLC not the HMI, HMI should be used for operator interface and reporting purposes only. Loss of the HMVSCADA systems shall not impede normal functioning of any PLC or RTU logic. The following paragraphs cover functional requirements of the software, which are generic and may or may be not related to any specific control loop. 3-1.01. Available Process Values. All PLC/RTU-generated process alarm, equipment status, and proce’ss variable values shall be available at any operator workstation. 3-1.02. Flow Values. Flow values from all flow elements or calculated flows shall be integrated, totalized, and stored in PLC/RTU registers so the values displayed on the HMI computers and on the field processor are identical. Totalized values shall be stored for hourly, shift, daily, weekly, monthly, and yearly flows for both current period and last period. Means to reset the totalized values in the PLC/RTU back to Zero or a operator input preset value entered from the HMI shall be provided for each register. These totalized values shall also be stored at the HMI level through the historical software packages as defined per specifications, (example In-SQL, etc.). 3-1.03. Svstem Failure. Failure of a PLCIRTU shall result in safe shutdown of associated process equipment. Interposing relays shall be provided where required to assure that equipment will revert to its fail-safe condition. Failure of any PLC/RTU or its communication shall be alarmed on the HMI computer. Each PLC/RTU on the network shall be monitored by the HMI for status, communications, faults, etc. Diagnostic screens shall be created at the HMI for each of these PLCs and RTUs, these screens should represent the pertinent data from the PLCs/RTUs internal status register file. Also status of any communication links and message blocks between PLCs, RTUs, 110 racks, or Ethernet communication drops should be monitored and alarmed, along with appropriate diagnostics screens at the HMI for each of these. 3-1.04. HMI Computers. The HMI computers shall function as a monitoring system, not as a controller, for the process equipment. The computer shall download set points and other information to the PLCslRTUs, and the PLCs/RTUs shall perform all control algorithms, so a temporary failure of the any HMI computer shall not disrupt plant control. 3-1.05. RacWModule Configuration. The rack and module definitions for each PLC, or RTU, as well as the PLC/RTU communications configuration shall be completely configured to allow proper addressing of all field connected I/O points. Encina Basin Water Reclamation Program SCADA Integration 13550 Phase I1 Project -3- 134538 February 2005 This shall include configuration of any remote inputloutput (RIO) racks, control network devices or racks, Modbus RTU, etc. and any Ethernet communication links. 3-1 -06. PLC/RTU Database Definition. The PLC/RTU database shall include both field I/O points and internally generated points required for programming. All field 110 points and internal programming points shall be fully defined according to database naming conventions approved by OWNER. As a minimum, each database point shall be provided with a tag name, engineering unit, alarm parameters, and description. 3-1.07. Analon Scaling. Each analog input and output will be appropriately scaled for use in internal PLC/RTU programming, monitoring by the HMI computers, or transmission to other PLCs/RTUs. Requirements for raw count values shall be coordinated with the operator interface software to ensure compatibility. 3-1.08. Equipment Runtimes. For each equipment item whose "run" status is monitored by a PLC/RTU, an internal equipment runtime shall be accumulated by the respective PLC/RTU. The runtime procedure shall monitor the status of the equipment "run" contact and, when the equipment is running, increment a software timer that maintains equipment runtime to within a one-minute resolution. The timer shall stop incrementing, but not reset, when the "run" contact indicates that the equipment is not running. The timer value shall increment an hour counter that maintains an integer value representing the equipment run time in hours. Resolution to the minutes level shall also be available at the Hour, shift, and day levels. The counter value shall be available for display on the HMI computer. A manual reset of the runtime value shall be' available at the HMI computers for personnel at the supervisor level and above. Totalized runtime values shall be stored in the PLC/RTU in retentive registers so the values displayed on the HMI computers and on the field processor will be identical. Runtime values will be stored for hourly, shift, daily, weekly, monthly, and yearly runtime for both current period and last period. Means to reset the totalized runtime values back to zero or an operator input preset value entered from the HMI shall be provided for each register. These totalized values shall also be stored at the HMI level through the historical software packages as defined per specifications, (example InSQL, etc.) 3-1.09. Chanqe-of-State Alarms. While equipment is controllable from the PLC/RTU ("in remote"), discrete output commands shall be compared to their respective process feedback status signal (where available) to verify proper execution. If the feedback status does not match the most recent output command (after an adjustable 2 to 300 second time delay), an alarm message shall be displayed on the HMI computer and the condition shall be logged as an alarm, requiring operator acknowledgment. The alarm shall remain energized until the proper discrete condition is sensed or until the operator resets the alarm Encina Basin Water Reclamation Program SCADA Integration 13550 Phase II Project 4 134538 February 2005 through the HMI computer. i 3-1 .IO. Equipment Availability. In general, equipment with PLC/RTU control has been provided with a local selector switch that transfers control to the PLC/RTU. The PLC/RTU shall monitor the position of this switch to determine if the equipment is available for PLC/RTU control. If the equipment is not available, the PLC/RTU program shall not attempt to implement remote manual or automatic status changes for the equipment. The HMI should log this status signal to a file and graphically depict status on any applicable HMI display screens. The PLC/RTU program may, however, need to implement special routines if equipment unavailability affects a sequence (as described in the detailed equipment descriptions). 3-1 .I 1. MaintainedlMomentary Outputs. The need for maintained or momentary control outputs shall be determined from the input/output listing and the electrical schematics. In general, equipment with only one control output indicated in the I/O list shall be programmed for a maintained control output. Equipment with two (or more) control outputs shall be programmed for momentary outputs. Provisions shall be made, in either case, to remove the active state (start, open, forward, initiate, etc.) control output when an equipment failure is sensed or when the equipment transitions from available to unavailable (local switch change). 3-1 .I 2. Equipment Mode Chanaes. Unless otherwise indicated in the equipment control descriptions, equipment in automatic mode shall be transitioned to manual mode (and stopped) if the equipment fails or becomes unavailable or if the PLC/RTU processor resets. 3-1.13. ManuaVAuto Bumpless Transfer. Unless otherwise indicated in the equipment control descriptions, equipment changes from automatic to manual control shall be bumpless. Equipment running or stopped in automatic mode shall remain running or stopped when manual mode is selected. 3-1 .I 4. Maintenance Tagging Provisions. For each controlled device a means of providing a PLC/RTU and HMI based tagging procedure for maintenance shall be provided. Both a Yellow Tag and a Red Tag tevel shall be provided. A yellow tag will indicate that a device has been placed out of service from the HMI for maintenance reasons and could be run if needed in an emergency. A red tag will indicate that a device has been placed out of service from the HMI for maintenance reasons and SHOULD NOT be used even if needed in an emergency-this also should be accompanied by the appropriate physical lock out /tag out methods. Date, time, operator, and a comment field shall be provided at the HMI level for the operator to be required to enter for each of the tag values. To remove the tag the listed operator or a supervisor must remove the tag from each device. These maintenance tagging events and date time, operator and comment fields shall also be stored at the HMI level through Encina Basin Water Reclamation Program SCADA Integration 13550 Phase II Project -5- 134538 February 2005 the historical software packages as defined per specifications, (example InSQL, etc.) 3-1 .I 5. Load Balancinq. For each controlled device that has a standby unit, pumps etc., programming in the PLC/RTU shall provide a load balancing scheme to alternately operate the pumps to maintain equal runtime, or provide a 5/2 rotational sequence. This shall be an operator selectable setting from the HMI. 512 rotation shall also have a selectable day of week setting for the 2 day period, typically set to Tuesday and Wednesday rather than weekends so that operations and maintenance will be available if there are problems when exercising the standby equipment 3-2. HMI FUNCTIONAL 'REQUIREMENTS. The following paragraphs describe general configuration tasks that are required for the HMI and related software. ~ 3-2.01. Database. The system database, including field I/O and internal points shall be established according to the database point naming conventions approved by OWNER. Database generation for field I/O shall include all required coordination with PLC/RTU level addresses. If no OWNER database point naming conventions are available, the database names shall utilize an ISA or ISA-like tag name. In the default scheme, the format of the tag name is XXX-YYY-ZA. XXX is the ISA function designation. YYY-ZA is the unique loop designation defined by the P&IDs. Where possible YYY-ZA will correspond to the loop numbers on the P&IDs. Otherwise, a unique number should be assigned. Z is a number (1,2, 3) to designate similar loops associated with trains of equipment. A is a letter (A, B, C) to designate identical functions within the same loop. For instance, if there are two pumps and the loop number chosen is 222, the remote status input for pump number one might be HS-222-1 and the remote status input for pump number two might be HS-222-2. If there is more than one switch input for either pump the tag name would be HS-222-IA and the second switch would be HS- 222- 1 B . Function designations currently defined are listed below: I. ..A. AI'S (Analog Inputs) AIT - Analytical Input PDIT - Differential Pressure Input (Headloss) ElT - Voltage Input PIT - Pressure Input EllT - VAR Input ST - Speed or Rate Input Encina Basin Water Reclamation Program SCADA Integration 13550 Phase II Project -6- 134538 February 2005 FIT - Flow Input IIT - Current Input JIT - Power Input LIT - Level Input TIT- Temperature Input WIT - Weight Input ZT - Position Input AO's AC - Residual Proportioning Control SC - Speed or Rate Control FC - Flow Proportioning Control ZC - Position Control 9.) - Dl's AAH - Analytical Alarm High AAL - Analytical Alarm Low FSH - High Flow Status FSL - Low Flow Status HS - Hand Switch Status JA - Electrical Alarm LSH - High Level Status LSHH - High Water Cutoff Alarm LSL - Low Level Status LSLL - Low Water Cutoff Alarm DO'S LC - PLC Generated LWCO Output XC - General Control Output YC - Equipment Start/Stop Command ! Encina Basin Water Reclamation Program Phase II Project -7- SCADA Integration 13550 PDSH - High Differential Status PS - Pressure Alarm Hi/Lo or Unspecified PSL - Low Pressure Status PSLL - Low Pressure Cutoff Alarm WAL - Low Weight Alarm XA - General or Unspecified Alarm YA - Equipment Overload Alarm (Failure) YS - Equipment Run Status ZSC - Position Closed Status ZSO - Position Open Status I .: - ZCC - Equipment Close Command ZCO - Equipment Open Command 134538 February 2005 Initially, the facility database shall be configured so all database points are defined as belonging to a specific area (as allowed by the graphical interface software). The areas designated for the facility shall be coordinated with OWNER. If OWNER has no existing standards for area designations, all points can be placed in appropriate areas selected by CONTRACTOR. 3-2.02. Trend Displays. Trend displays shall be developed to present real-time and historical process data in an X-Y graph format. Real-time trends shall utilize current process values to generate temporary graphs that do not retain data values. Historical trends shall utilize historically collected data and shall access the data files directly for use in the trend display. Historical trends shall allow paging forward and back to the limits of the collected data. Trends shall have the ability to display either real-time or historical data based upon operator selection. The trending package shall be configured to automatically retrieve historical data from the proper data file to accommodate the paging functions. Content of the trends will be determined after meeting with OWNER and ENGINEER, and shall follow the “Control System Standards and Conventions” document. The quantity of real-time trend displays and historical trend displays shall be as required in the data sheet of this specification section. At a minimum two blank user definable trend shall be provided for the OWNER to configure as needed later, and appropriate training given to OWNER so that they understand how to complete trend. Trending color definitions shall be stored in a global table so that they may be changed at anytime by the owner 3-2.03. Alarms. Complete system alarming shall be configured. This shall include configuration of graphical alarm displays, and configuration of audible alarms through the HMI speakers. All process or system alarms shall appear on an alarm summary screen and the alarm banner of each process graphic. Alarms and events shall be color coded on the alarm summary screen, with initial colors based on OWNER conventions or the default colors associated with the graphics package. The colors may be adjusted after meeting with OWNER. Alarm prioritizing and area assignments (if any) shall be coordinated with OWNER at the first configuration meeting. All alarms selected to be used by the SCADAlarm notification system by the OWNER, shall also be configured by the CONTRACTOR. For LOW or LOW-LOW analog or discrete alarms which do not apply if associated equipment is not operating, provisions shall be made to prevent generation of the alarm unless the associated equipment is operating. This shall include alarms such as low amperage alarms for pumps that are not running. This may also include low flows or pressures when associated pumps are not operating (this will only apply if periodic operation of the equipment is considered normal). .. I- , All alarms/events shall be time stamped when displayed and when stored to the SQL database. Unacknowledged alarms shall not automatically clear from the Encina Basin Water Reclamation Program SCADA Integration 13550 Phase II Project -8- 134538 February 2005 alarm summary if they return to normal before being acknowledged. These alarm and any operator entered events, date, time, operator and comment fields shall also be stored at the HMI level through the historical software packages as defined per specifications, (example InSQL, etc.) 3-2.04. Reportinq. System reporting shall be accomplished using the standard operator interface software-reporting package. All necessary report development, including macro development in spreadsheets, shall be supplied to access real-time and historical data for reporting. The quantity of historical, monthly facility reports shall be as required in the data sheet of this specification section. At a minimum two blank user definable reports shall be provided for the OWNER to configure as needed later, and appropriate training given to OWNER so that they understand how to complete report. Reports shall be scheduled to print daily, and by shift, for any required reports, also all printed reports shall be stored to a central location for re-use later. The storage of these should be in an standard report format such as .XIS, .pdf, or crystal reports print file. ' 3-2.05. Historical Data Collection. System data shall be collected for historical archiving and for use in trending and reporting functions. Requirements for data collection shall be as needed to support the trends and reports developed. 3-2.06. Manual Entry of Data. The human machine interface (HMI) computers shall allow manual entry of laboratory data and other variables, which shall then be available for display and use in reports. Operator entered commands from any of the HMI computers shall be logged at all HMt computers. 3-2.07. Validation Screens. Detailed diagnostic screens shall be created at the HMI for each of the PLCs/RTUs and IO racks or components to allow proper validation of IO points and communications all the way up to the HMI level. These screens should represent the pertinent data from the PLCs/RTUs or HMls internal card IO status file, and provide a graphical view of each card and rack. Also status of any communication links and message blocks between PLCs/RTUs, HMls, IO racks, Modem units or Ethernet communication drops should be monitored and alarmed. Ability to manually operate any discrete or proportional devices shall be provided from these screens, including any scaling of values for clarity, in addition to the raw card input values 3-3. EQUIPMENT CONTROL AND CONTROL MODE OVERVIEW. The following paragraphs explain the general format and control modes that are used in the detailed equipment descriptions. These paragraphs apply to the attached, project specific, equipment control descriptions included herein. ' ' ,.. 3-3.01. General. Appended to this section are the equipment control programming requirements, with requirements for both PLC/RTU programming and the minimum operator interface functions. The HMI requirements represent the anticipated display generation requirements and shall be adjusted if the Encina Basin Water Reclamation Program Phase II Project -9- SCADA Integration 13550 134538 February 2005 PLClRTU programming warrants adjustment. i 3-3.02. Control Modes. There are two general control modes available for the process equipment: 1) remote manual, and 2) remote auto. Remote manual control provides a means for operators to adjust equipment status or setpoint, through the HMI, using manually initiated commands. Remote automatic control provides a means for automatically changing equipment status or setpoint based on measured process parameters, calculated values, or operator setpoints. Some equipment may have more than one remote auto mode. Descriptions for local control are included in the detailed equipment control descriptions. They are provided primarily for documentation purposes and for information. These controls are hardwired and require no programming effort. ” 3-4. DETAILED EQUIPMENT CONTROL DESCRIPTIONS. The following paragraphs describe specific function requirements for various software control blocks in the control system. These descriptions are intended to provide an overview of the operational concept for the facilities, rather than describing in detail every operating feature or interlock.. 3-4.01 General Monitorina of Analoa Input Sianals. Process variable signals shall be displayed at operator workstations in scaled engineering units and shall be historically archived. Values shall be available for use in reports. High and low alarms shall be assigned to process values, where appropriate. 3-4.02. General Monitorinq of Discrete Input Sianals. Discrete input signals that represent equipment status shall be displayed on the operator workstations. The running time far all motorized equipment shall be totalized and stored within its associated PLC/RTU for use in reports and maintenance programs. Alarm inputs shall be displayed and shall actuate the workstation audible alarm device, which requires local acknowledgment by a plant operator. Alarms shall be printed on the aladreports printer, with the time and date of occurrence, and shall be arch ived . 3-4.03. General Control Hierarchv. Many equipment items have start/stop capabilities only through local, hardwired, and manual controls. In such instances the SCADA System shall only monitor available statuses and dbsr .<” information for display by the computer workstations. In addition to local stop/start manual controls, certain equipment items have the capability to be manually controlled remotely through the PCS but lack automatic control. In such cases, the equipment shall be able to be started and stopped from the workstation provided that the equipment’s local selector switch (if one is installed) is in the “remote“ position. Encina Basin Water Reclamation Program Phase II Project -1 0- SCADA Integration 13550 134538 February 2005 f For equipment having automatic control capabilities, all automatic control logic shall be executed by the PLC/RTU. The PLC/RTU shall be dependent on the workstation computers only for the downloading of process set points and for sending overriding starVstop commands. Unless stated otherwise in the control block descriptions, each such equipment item shall be controllable in two modes, “computer automatic” and “computer manual,” selectable from the workstation. In computer automatic mode, the equipment’s associated PLC/RTU shall automatically control the equipment using process information available to it locally or as routed to it from another PLC/RTU through the PLC/RTU data highway. In computer manual mode, the PLC/RTU shall stop all automatic control and shall relinquish control to the workstation. Appropriate stoplstart, speed set, and other control functions shall be entered at the workstation for direct control of the equipment. For either computer automatic or computer manual modes to be effective, the equipment’s local selector switch (if one is installed) must be in the “remote” position. If the switch is not in the remote position, the workstation shall issue a message to the operator that the “computer manual” mode is not available or shall otherwise prevent the operator from making a computer manual control selection. ‘ Some non-process equipment will be provided with local manual or local automatic controls only. This includes equipment such as compressors and HVAC equipment. The SCADA System will be used to monitor packaged equipment and, where applicable, provide remote initiation of the packaged controls. In general, the SCADA System will not provide parallel controls matching those provided with the packaged equipment, but will provide monitoring of status and/or alarm conditions 3-4.04. Interlock‘s and Permissives. In addition to hardwired equipment interlocks and permissives, where such interlocks and permissives are monitored by the control system the PLC/RTU shall discontinue the control output to equipment concurrent with the equipment’s interruption by the hardwired circuit. Examples include low-water cutoff, pump discharge valve position, etc. ’ 3-4.05. Electric Actuated Manual Valve Control Algorithm. When the Local-Off- Remote (UO/R) switch at a valve is in the Remote position, the valve shall be controlled by the PLCIRTU. In computer manual, each valve shall be able to be opened and closed remotely from the workstation. Open or close instructions shall be operator controlled from HMI. ,% 1 . L The status of the UO/R switch and the valve position switches at the actuator shall be monitored by the PLC/RTU and displayed at the HMI. The PLC/RTU shall generate an alarm, at the HMI, when the valve position switch indicates that the valve did not reach the commanded position within an adjustable (5-60 seconds) time delay. Encina Basin Water Reclamation Program SCADA Integration 13550 Phase II Project -11- 134538 February 2005 There shall be a provision, selectable from the HMI, to operate the actuator in a throttling mode by an operator entering a "jog open/close" command. In the throttling mode the PLC/RTU shall disable the position alarm. Valve actuator failure shall be monitored and alarmed at the HMI. 3-4.06. Variable Frequencv Drive (VFD) Control Algorithm. When the Local/Remote (UR) switch at the VFD Cabinet is in the Remote position, that motor shall be controlled by the PLCIRTU. The status of the UR switches shall be monitored by the PLC/RTU and displayed at the Operator's Workstation. **. The speed control set point of the VFD shall come from the PLC/RTU when the UR switch is in the Remote position. The PLC/RTU shall receive the set point from the Operator's Workstation and direct it to the proper analog output. The speed of the VFD controlled motor shall be monitored and displayed at the Operator's Workstation, when the difference between the motor speed and the set point is more than 5.0 percent of the maximum motor speed an alarm condition will be displayed on the Operator's Workstation. Motor status and failure shall be monitored and alarmed at the Operator's Workstation. 3.5 BASIC CONTROL STRATEGY Specific control for the reservoirs, pumping stations, and PRV stations based on the system"to supply and deliver recycled water are presented herein.' Appendix B, figure 8-1 presents a schematic of the system including demands of the various zones. To comply with the service conditions, the SCADA System Shall use levels in the Twin D, Mahr, and C Reservoirs and level of the CRF recycled water storage pond to control the operation of the pumping stations, PRV stations, and CRF. Brief concept descriptions are provided below. Actual operating schemes are presented by Appendix B, Figures 8-2 through 8-14, and shall be used to program and. configure the SCADA system. Also refer Appendix Cy reference.. drawings from contactors for specific sites. 3-5.01. CRF and Twin D Pump Stations: In computer manual, the pumps shall be individually started and stopped from a SCADA workstation. In addition, the operator shall be able to adjust the speed of each pump from the workstation, constrained within the pumps' operational limits. Twin D Reservoirs are the center of the recycled water facilities. The reservoirs will be used for limited storage (small capacity), for transfer of recycled and Encina Basin Water Reclamation Program SCADA Integration 13550 Phase I1 Project -1 2- 134538 February 2005 potable water from 384 Zone to 550 zone and Mahr, and for transfer of recycled water from 550 Zone and MWRF/Mahr reservoir to the 384 zone. The CRF and Twin D pump stations will be controlled based on level in the CRF storage pond (wet well for CRF-PS), Twin D Reservoirs, and Mahr Reservoir. Levels are shown in Appendix B, Figure 8.3 A. Basic Concept for CRF-PS The CRF -PS will startlstop and vary in speed to maintain an operator- entered level setpoint in Twin D Reservoir thus matching demand. Depending on the volume of recycled water in CRF storage pond, the number of pumps that are permitted to operate will be controlled. B Basic Concept for Twin D Pump station Twin D Pump Station will start/stop and vary in speed to transfer recycled water or potable water delivered to Twin D Reservoir to the 550 Zone and Mahr Reservoir. Pumps will vary flow to match supply to be transferred by holding level in Twin D Reservoirs. The Twin D Pump Station will be completed prior to the renovation of the Mahr Reservoir and will initially be operating using the Twin D surge tank as a hydro-pneumatidsurge tank. This is termed interim operation mode, and the control strategy for this mode is described later in this section. If level in CRF storage pond reaches a high level and the Mahr Reservoir is at low level then Twin D pump station will start and deliver recycled water to Mahr Reservoir at a present rate. When Twin D Reservoir level drops, then the CRF-PS will start to fill Twin D Reservoir matching the capacity of Twin D Pump Station. ‘ 1”. When demand is high and Twin D Reservoir level drops and can not be filled by CRF-PS, the PW-PRV station will open to deliver potable water to the Twin D Reservoir at a manually adjusted preset rate. If level rises and Mahr Reservoir is low then Twin D pump station will start and transfer PW to Mahr Reservoir. C Specific Control for Various Demands Appendix B,Agures 8-4 through 8-1 4 present the control and related facility operations for various conditions that represent Phase II demands for months January through December. The operator shall be able to select from a pump starting sequence and combination to achieve a predetermined flow set point. The total pump flow output of the currently selected pumps shall be calculated and displayed on the HMI screen. Encina Basin Water Reclamation Program SCADA Integration 13550 Phase It Project -1 3- 134538 February 2005 In computer manual the control system shall prevent a pump from being restarted within a predetermined "rest" period after it had been stopped. The rest period shall be adjustable from between zero to 6 hours in tenth-hour increments and is intended to prevent the pump motor from overheating from excessive restarts. The initial rest period shall be 3 hours and shall be field-adjusted to match the pump motor manufacturer's recommendations. Pumps not available for restarting shall be indicated on the workstation display screen with the message "Not available for restart." 3-5.02. Bressi Pump Station. The Bressi Recycled Water Pump Station will provide recycled water to the 580 Zone with three'60 hp variable speed vertical turbine pumping units discharging to the distribution system which is equipped with a hydropneumatic tank for balancing pressure. Variable speed operation of the pumping units is provided by variable frequency drives (VFDs). In computer manual, the pumps shall be individually started and stopped from a PCS workstation. In addition, the operator shall be able to adjust the speed of each pump from the workstation, constrained within the pumps' operational limits. The operator shall be able to select from a pump starting sequence and combination to achieve a predetermined flow set point. The total pump flow output of the currently selected pumps shall be calculated and displayed on the HMI screen. In computer manual the control system shall prevent a pump from being restarted within a predetermined "rest" period after it had been stopped. The rest period shall be adjustable from between zero to 6 hours in tenth-hour increments and is intended to prevent the pump motor from overheating from premature restarts. The initial rest period shall be 3 hours and shall be field-adjusted to match the pump motor manufacturer's recommendations. Pumps not available for restarting shall be indicated on the workstation display screen with the message "Not available for restart." A high level alarm set point (as measure by the surge tank level switches,)shall cause all pumps to stop. Likewise, a low level alarm set point shall also cause all pumps to stop. Each pump will be shut down in "Hand" or "Auto" modes via the high discharge pressure switch, low discharge pressure switch, and low suction pressure switch shown in Appendix C, on the Bressi construction drawings. In the "Auto" mode, the pump(s) shall be automatically started and vary in speed to hold the pre-selected adjustable discharge pressure (hydropneumatidsurge tank pressure). Air within the tank will be adjusted so that the set pressure will Encina Basin Water Reclamation Program SCADA Integration 13550 Phase II Project -14- 134538 February 2005 i correspond to a level of 41.6" from tank bottom. This level will provide the optimum protection from surge. Pumping units shall be selected via the HMI as "Lead", "Lag", and "Standby". A maximum of two pumping units will operate at any one time. Under no circumstances, will all three pumping units be allowed to operate. However, if either the "Lead" or "Lag" pumping units fail, the PLC shall be programmed to automatically have the "Standby" unit take the place of the failed unit. Variable Speed Operation: The number of pumps (two maximum) running and speed of pumps shall vary to continuously maintain pre-selected adjustable pressures in the hydropneumatic/surge tank. This shall be set at 160 psi initially. Upon falling pressure in the hydropneumatic/surge tank, the "Lead" pump shall start at a pre-selected adjustable start pump pressure. The initial start pump pressure shall be set at 150 psi. The "Lead" pump shall vary between the maximum speed and minimum flow rate to hold the "constant pressure" of 160 psi. If pressure increases, pump speed shall decrease to hold pressure. If pressure continues to increase, the pump shall decrease to a minimum pre-set flow rate for "Lead" pump on (initially set at 300 gpm). The pump shall continue to run at the pre-set minimum flow rate until the pressure reaches the "stop pumps" pre-selected adjustable pressure (initially set at 195 psi). The pump shall then stop unless the pump minimum operating time has not elapsed. Each pump when started shall have an overriding minimum pre-selected adjustable run time (initially set at 10 minutes) and the pump shall operate until the pre-set time has elapsed. Even if this minimum pump flow rate produces more flow than is demanded by the system, the pressure in hydropneumatic/surge tank is limited to 180 psi, at which time the pressure relief valve will open to allow for re-Circulation of the discharge recycled water to the suction side of the pumps. This recirculation will continue until the preset minimum time has elapsed, then the pump will shut down. Upon decreasing pressure below the constant pressure, lead pump speed shall increase to hold the constant pressure. When the "Lead" pump reaches maximum speed (60 Hz), if pressure continues to decrease to the start pump pressure (initially 150 psi), the "Lag" pump shall start and run simultaneously with the "Lead" putzap. After starting, the "Lag" pump shall gradually inaeasain speed while the "Lead" pump is decreasing in speed until pump speeds match. Pumps shall vary in matching speed to hold the "constant pressure". Upon rising pressure, the "Lead" and "Lag" pumps shall decrease in speed (matching in speed) to a minimum pre-set flow rate for the two pumps (initially set at 600 gpm) until the pressure rises to the "stop pumps" pressure of 170 psi. The "Lag" pump shall then stop and lead pump continue to operate unless the "Lag" pump has not run for its minimum pre-set run time. When time has elapsed, the "Lag" pump shall stop and the "Lead" pump shall remain running and vary between its minimum flow rate and maximum speed to hold the "constant pressure". Encina Basin Water Reclamation Program SCADA Integration 13550 Phase II Project -1 5- 134538 February 2005 Maximum Speed and Minimum Flow Setting: Adjustable minimum and maximum speed signals and adjustable minimum flow rate from the PLC for all pumps shall be provided. The maximum speed signal shall be initially set at 60 Hertz. The minimum flow rate and speed values shall be pre-selected and adjustable. These values shall be adjusted in the field based on actual operating conditions, actual pumps furnished, and actual flow rate. Initially control shall be set to vary speed between maximum speed and minimum flow rate. The minimum flow rate shall be adjustable and shall be different for one or two pumps on. 1. "Lead" Pump Only: Minimum flow rate set at 300 gpm Maximum speed set at 100% (60 Hertz) 2. "Lead" and "Lag" Pumps: Minimum flow rate set at 600 gpm Maximum speed set at 100% (60 Hertz) The PLC shall be programmed such that the operator may use minimum speed setting for pump operation in lieu of minimum flow rate as the control. This option is provided as an emergency option in case of flow meter signal failure. Air Control in Hydropneumatic/Surge Tank: Hydropneumatic control system shall be via solenoid valve, level probe relays, and liquid level probes as shown on the construction drawings. The PLC will not control level functions, but will monitor the levels. ' 3-5.03. Calavera Pump Station: The Calavera Recycled Water Pump Station will provide recycled water to the 580 Zone with three 60 hp variable speed vertical turbine pumping units discharging to the distribution system which is equipped with a hydropneumatic tank for balancing pressure. Variable speed operation of the pumping units is provided by variable frequency drives (VFDs). In computer manual, the pumps shall be individually started and stopped from a PCS workstation. In addition, the operator shall be able to adjust-the speed of each pump from the workstation, constrained within the pumps' operational limits. The operator shall be able to select from a pump starting sequence and combination to achieve a predetermined flow set point. The total pump flow output of the currently selected pumps shall be calculated and displayed on the HMI screen. Encina Basin Water Reclamation Program SCADA Integration 13550 Phase II Project -1 6- 134538 February 2005 i i In the "Auto" mode, the pump(s) shall be automatically started and vary in speed to hold the pre-selected adjustable discharge pressure (hydropneumatidsurge tank pressure). Air within the tank will be adjusted so that the set pressure will correspond to a level of 24" from tank bottom. This level will provide the optimum protection from surge. Each pump will be shut down in "Hand" or "Auto" modes via the high discharge pressure switch, low discharge pressure switch, and low suction pressure switch. These controls are within the VFD panels and are not part of the PLC control other than monitoring. Pumping units shall be selected via the HMI as "Lead", "Lag", and "Standby". A maximum of two pumping units will operate at any one time. Under no circumstances, will all three pumping units be allowed to operate. However, if either the "Lead" or "Lag" pumping units fail, the PLC shall be programmed to automatically have the "Standby" unit take the place of the failed-unit. Variable Speed Operation: The number of pumps (two maximum) running and speed of pumps shall vary to continuously maintain said pre-selected adjustable pressure in the hydropneumatidsurge tank. This shall be set at 180 psi initially. Control shall utilize VFD speed, pressure from the discharge pressure transmitter, and flow rate from the discharge flow meter. Upon falling pressure in the hydropneumatidsurge tank, the "Lead" pump shall start at a pre-selected adjustable start pump pressure. The initial start pump pressure shall be set at 165 psi. The "Lead" pump shall vary between the maximum speed and minimum flow rate to hold the "constant pressure" of 180 psi. tf pressure increases, pump speed shall decrease to hold pressure. If pressure continues to increase, the pump shall decrease to a minimum pre-set flow rate for "Lead" pump on (initially set at 200 gpm). The pump shall continue to run at the pre-set minimum flow rate until the pressure reaches the "stop pumps" pre-selected adjustable pressure (initially set at 195 psi). The pump shall then stop unless the pump minimum operating time has not elapsed. Each pump when started shall have an overriding minimum pre-selected adjustable run time (initially set at IO minutes) and the pump shall operate until the pre-set time has elapsed. Even if this minimum pump flow rate produces more flow than is demanded .by the system, the pressure in hydropneumaWsurgetankis limited to 200 psi, at which time the pressure relief valve will open to allow for re-circulation of the discharge recycled water to the suction side of the pumps. This recirculation will continue until the pre-set minimum time has elapsed, then the pump will shut down. Upon decreasing pressure below the constant pressure, lead pump speed shall increase to hold the constant pressure. When the "Lead" pump reaches maximum speed (60 Hz), if pressure continues to decrease to the start pump pressure (initially 165 psi), the "Lag" pump shall start and run simultaneously with Encina Basin Water Reclamation Program Phase It Project -1 7- SCADA Integration 13550 134538 February 2005 the "Lead" pump. After starting, the "Lag" pump shall gradually increase in speed while the "Lead" pump is decreasing in speed until pump speeds match. Pumps shall vary in matching speed to hold the "constant pressure". Upon rising pressure, the "Lead" and "Lag" pumps shall decrease in speed (matching in speed) to a minimum pre-set flow rate for the two pumps (initially set at 500 gpm) until the pressure rises to the "stop pumps" pressure of 195 psi. The "Lag" pump shall then stop and lead pump continue to operate unless the "Lag" pump has not run for its minimum pre-set run time. When time has elapsed, the "Lag" pump shall stop and the "Lead" pump shall remain running and vary between its minimum flow rate and maximum speed to hold the "constant pressure". Maximum Speed and Minimum Flow Setting: Adjustable minimum and maximum speed signals and adjustable minimum flow rate from the PLC for all pumps shall be provided. The maximum speed signal shall be initially set at 60 Hertz. The minimum flow rate and speed values shall be pre-selected and adjustable. These values shall be adjusted in the field based on actual operating conditions, actual pumps furnished, and actual flow rate. Initially control shall be set to vary speed between maximum speed and minimum flow rate. The minimum flow rate shall be adjustable and shall be different for one or two pumps on. 1. "Lead" Pump Only: Minimum flow rate set at 200 gpm Maximum speed set at 100% (60 Hertz) 2. "Lead" and "Lag" Pumps: Minimum flow rate set at 500 gpm Maximum speed set at 100% (60 Hertz) The PLC shall be programmed such that the operator may use minimum speed setting for pump operation in lieu of minimum flow rate as the control. This option is provided as an emergency option in case of flow meter signal failure. Air Control in the Hydropnuematic Tank: Hydropneumatic control system shall be via solenoid valve, level probe relays, and liquid level probes as shown on the construction drawings. The PLC will not control level functions, but will monitor some levels. 3-5.04 Interim Control Strategy for Twin D Pump Station. In the "Auto" mode, the pump(s) shall be automatically started and varied in speed to hold the pre-selected adjustable discharge pressure (hydro-pneumatickurge tank pressure). Air within the tank will be adjusted so that the set pressure will correspond to a level of 48" from tank bottom. This level will provide the optimum protection from surge when operating in the interim mode. Yi* -a.r a+..* ,*w- Each pump will be shut down in "Hand" or "Auto" modes via the high discharge pressure switch, low discharge pressure switch, and low suction pressure switch Encina Basin Water Reclamation Program SCADA Integration 13550 Phase II Project -1 8- 134538 February 2005 shown on the Twin D construction drawings. These controls are within the VFD panels and are not part of the PLC control other than monitoring. Pumping units shall be selected via the HMI as "Lead", "Lag I", "Lag 2", and "Standby". A maximum of three pumping units will operate at any one time. Under no circumstances, will all four pumping units be allowed to operate. However, if either the "Lead" or "Lag I" or "Lag 2" pumping units fail, the PLC shall be programmed to automatically have the "Standby" unit take the place of the failed unit. The number of pumps (three maximum) running and speed of pumps shall vary to continuously maintain the pre-selected adjustable pressure in the hydro- pneumatidsurge tank. This shall initially be set at 80 psi. Upon falling pressure in the hydro-pneumatidsurge tank, the "Lead" pump shall start at a pre-selected adjustable start pump pressure. The initial start pump pressure shall be set at 70 psi. The "Lead" pump shall vary between the maximum speed and minimum flow rate to hold the "constant pressure" of 80 psi. If pressure increases, pump speed shall decrease to hold pressure. If pressure continues to increase, the pump shall decrease to a minimum pre-set flow rate for "Lead" pump on (initially set at 500 gpm). The pump shall continue to run at the pre-set minimum flow rate until the pressure reaches the "stop pumps" pre-selected adjustable pressure (initially set at 90 psi). The pump shall then stop unless the pump minimum operating time has not elapsed. Each pump when started shall have an overriding minimum pre-selected adjustable run time (initially set at 10 minutes) and the pump shall operate until the preset time has elapsed. Even if this minimum pump flow rate produces more flow than is demanded by the system, the pressure in hydro-pneumatickurge tarik is limited to 95 psi, at which time the pressure relief valve will open to allow for re- circulation of the discharge recycled water to the suction side of the pumps. This recirculation will continue until the preset minimum time has elapsed, then the pump will shut down. Upon decreasing pressure below the constant pressure, lead pump speed shall increase to hold the constant pressure. When the "Lead" pump reaches maximum speed (60 Hz), if pressure continues to decrease to the start pump pressurei(initially 70 psi), the "Lag 1 I' pump shall start and run.simultaneous1y with the "Lead" pump. After starting, the "Lag 1" pump shall gradually increase in speed while the "Lead" pump is decreasing in speed until pump speeds match. Pumps shall vary in matching speed to hold the "constant pressure". Upon rising pressure, the "Lead" and "Lag 1" pumps shall decrease in speed (matching in speed) to a minimum pre-set flow rate for the two pumps (initially set at 1500 gpm) until the pressure rises to the "stop pumps" pressure of 90 psi. The "Lag" pump shall then stop and lead pump continue to operate unless the "Lag 1" pump has not run for its minimum pre-set run time. When time has elapsed, the "Lag 1" pump shall stop and the "Lead" pump shall remain running and vary Encina Basin Water Reclamation Program Phase II Project -1 9- SCADA Integration 13550 134538 February 2005 between its minimum flow rate and maximum speed to hold the "constant pressure". Upon decreasing pressure below the constant pressure with "Lead" and "Lag I" pumps on, the pumps speed shall increase (matching in speed) to hold the constant pressure. When the "Lead" and "Lag I" pumps reach maximum speed (60 Hz), if pressure continues to decrease to the start pump pressure (initially 70 psi), the "Lag 2" pump shall start and run simultaneously with the "Lead" and "Lag I" pumps. After starting, the "Lag 2" pump shall gradually increase in speed while the "Lead" and "Lag 1 I' pumps decrease in speed until pump speeds match. Pumps shall vary in matching speed to hold the "constant pressure". Upon rising pressure, the "Lead", "Lag I", and "Lag 2" pumps shall decrease in speed (matching in speed) to a minimum pre-set flow rate for the three pumps (initially . set at 3500 gpm) until the pressure rises to the "stop pumps" pressure of 90 psi. The "Lag 2" pump shall then stop and "Lead" and "Lag 1" pumps continue to operate unless the "Lag 2" pump has not run for its minimum pre-set run time. When time has elapsed, the "Lag 2" pump shall stop and the "Lead" and "Lag 1 " pumps shall remain running and vary between its minimum flow rate and maximum speed to hold the "constant pressure". Adjustable minimum and maximum speed signals and adjustable minimum flow rate from the PLC for all pumps shall be provided. The maximum speed signal shall be initially set at 60 Hertz. The minimum flow rate and speed values shall be pre-selected and adjustable. These values shall be adjusted in the field based on actual operating conditions, actual pumps furnished, and actual flow rate. Initially control shall be set to vary speed between maximum speed and minimum flow rate. The minimum flow rate shall be adjustable and shall be different for one, two or three pumps on. Initial set points are'as bltows: I. "Lead" Pump Only: Minimum flow rate set at 500 gpm Maximum speed set at 100% (60 Hertz) 2. "Lead" and "Lag 1" Pumps: Minimum flow rate set at 1500 gpm Maximum speed set at 100% (60 Hertz) 3.%- '.'Lead", "Lag 1" and "Lag 2" Pumps: I, , a.;ns Minimum flow rate set at 3500 gpm Maximum speed set at 100% (60 Hertz) The PLC shall be programmed such that the operator may use minimum speed setting for pump operation in lieu of minimum flow rate as the control. This option is provided as an emergency option in case of flow meter signal failure. Until Mahr Reservoir is placed into operation, the surge tank will be operated as a hydro--pneumatic/surge tank. Hydropneumatic control system shall be via Encina Basin Water Reclamation Program SCADA Integration 13550 Phase II Project -20- 134538 February 2005 solenoid valve, level probe relays, and liquid level probes as shown on the construction drawings. The PLC will not control level functions, but will monitor the levels. When Mahr Reservoir is complete, the surge tank will be converted from a hydro- pneumatickurge tank to a surge tank only. Control will be via solenoid valves, level probe relays, and level probes shown on the construction drawings. The level probes will be modified to provide different levels and to provide different levels and functions. In addition, a solenoid valve to release air will be added. The PLC will not control level functions, but will monitor some levels. 3-5.05. Control of PRV Stations: Operation Control of Avenida Encinas and La Costa PRV stations will be based on maintaining a preset down stream pressure with an overriding pressure sustaining feature. Operation of Faraday PRV Station will be based on level in C Reservoir which will open and close the PRV station. The PRV station will have an overriding pressure sustaining feature. Operation of the Twin D PRV Station will be to deliver recycled water from the 550 zone/Mahr Reservoir to the Twin D Reservoirs. The PRV station will open and close based on level in Twin D Reservoirs. The station will have an overriding pressure sustaining feature. 3-5.06. Intrusion System Monitorinq. The PCS shall be programmed so that alarms related to intrusion are normally armed and shall have ability to disarm during entry. The definition of normal plant working hours shall be adjustable by individual day-of-week. If an intrusion is detected, the SCADA System shall delay intrusion alarm activation for adjustable time period (initially set at 60 seconds). During the 60 second delay, the workstation at the Operations Center shall display a data entry template requesting entry of an Intrusion Alarm Override password. If a correct password is entered into the system within the time delay, the intrusion detection condition shall not be alarmed. The override shall remain in effect until the Intrusion Alarm Override is cancelled by the operator from the SCADA workstation. If the Intrusion Alarm Override is cancelled by the operator, the PCS. shall ignore intrusion detection for 60 seconds to allow tbsoperator to exit the premises without causing false alarm. The Intrusion Override Password shall be changeable via a workstation under a supervisory level security log-in. End of Section ! Encina Basin Water Reclamation Program SCADA Integration 13550 Phase I1 Project -21 - 134538 February 2005 Section 13560 INSTRUMENTATION GENERAL REQUIREMENTS Data Sheet 3ata Encina Basin Water Reclamation Program Phase II Project SCADA Integration Units 'ara- raph Description General Instruments and devices are indicated on I /Range of elevation for project Sheet Numbers of attached 13560- SO Schedules General Equipment Requirements Bm bient temperature range for 15 Spare Parts ft [m] "F 115 Duplicate full set of lamps for annunicators - "F r P&ID drawings Instrument Device Schedule drawings 1356040 Schedules Individual Dewce Specifications ' 13561 through 13565 @ Yes r No When "Other" is selected, indicate parts. Individual Device Specifications See Section 13561 for Panel Mounted Instruments. Quantity of Programming Devices required for Panel Mounted Instruments (PR 2-1) One year's supply of spare charts and ink for each recorder r Other I G Yes r No r 13560 -1 - 134538 February 2005 Copies of Diagnostidlnterface Software required for Panel Mounted Instruments See Section 13562 for Flow Instruments. Quantity of Programming Devices required for Flow Instruments Copies of Diagnostidlnterface Software required for Flow Instruments See Section 13563 for Pressure and Level Instruments. Quantity of Programming Devices required for Pressure and Level Instruments Copies of Diagnostidlnterface Software required for Pressure and Level Instruments See Section 13564 for Analytical Instruments. Quantity of Programming Devices required for Analytical Instruments Copies of Diagnostidlnterface Software required for Analytical Instruments See Section 13565 for Miscellaneous Instruments. Quantity of Programming Devices required for Miscellaneous Instruments Copies of Diagnostidlnterface Software required for Miscellaneous Instruments Instrument Installation Requirements (PR 3-1) Analog Control Description System required When "Yes" is selected, describe. Encina Basin Water Reclamation Program SCADA integration 13560 Phase II Project -2- r Yes iz No iz Yes r No r Yes li: No r Yes iz -No r Yes iz No 134538 February 2005 Section 13560 INSTRUMENTATION GENERAL REQUl REMENTS PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of all instrumentation equipment required for the Computer Control System as indicated on the drawings and as required. Principal components of the instrumentation systems shall be as indicated on the P&ID drawings; as indicated on the instrument device schedule drawings; as indicated on the instrument device schedules attached to this Section 13560, or to Sections 13561 through 13565, as required. 1-1 .Ol . Control System. Section 13500 shall apply to all systems described in this section. All applicable requirements defined in Section 13500 shall apply to equipment and services provided under Section 13560. 1-1.02. Terminology. When the phrase "as required'* is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. CONTRACTOR shall select the equipment furnished under this section for its superior quality and the intended performance. The CONTRACTOR shall install all equipment in accordance with the manufacturer's instructions. Equipment and materials used shall be subject to review and shall comply with the following requirements. 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements section shall apply to all equipment provided under this section. 1-2.02. Drawings. Supplementing this section, the drawings indicate locations and arrangement of instruments and enclosures, provide mounting details, and may show device schedules and other information regarding the connection and interaction with other equipment. 1-2.03. Governing Standards. Governing Standards for instruments shall be as indicated in Section 13500. 1-2.04. Corrosive Fluids. All parts, which are exposed to corrosive conditions, shall be made from corrosion resistant materials. CONTRACTOR shall submit certification that the instrument manufacturer approves the selection of materials of primary elements that are in contact with the specified process fluid to be inert Encina Basin Water Reclamation Program SCADA Integration 13560 Phase II Project -3- 134538 February 2005 to the effects of the process fluid. 1-2.05. Elevation and Temperature. All instruments shall be designed to operate within a range of elevation and temperature as required. 1-2.06. Power and Instrument Signals. Unless otherwise indicated, electric power supply to the instrumentation equipment will be unregulated 120 volts ac. Unless otherwise indicated, all transmitted electronic analog instrument signals shall be 4-20 mA dc and shall be linear with the measured variable. 1-2.07. Appurtenances. Signal converters, signal boosters, amplifiers, special power supplies, special cable, special grounding, and isolation devices shall be furnished as needed for proper performance of the equipment. 1-2.08. lnterchangeabilitv and Appearance. To the extent possible, instruments used for similar types of functions and services shall be of the same brand and model line. Similar components of different instruments shall be the products of the same manufacturer to facilitate maintenance and stocking of repair parts. Whenever possible, identical units shall be furnished. 1-2.09. Programming Devices. A programming or system-configuring device shall be provided for systems that contain any equipment that requires such a device for routine calibration, maintenance, and troubleshooting. The program- ming device shall be complete, newly purchased for this project, and shall be in like-new condition when turned over to OWNER at completion of startup. - ., . 1-2. IO. Device Tan Numberina Svstem. All devices shall be provided with -- permanent identification tags. The-tag numbers shall agree with CONTRACTORS equipment drawings and shall be as close as practical to the tag numbers used on the project drawings and device schedules. All field- mounted transmitters and devices shall have stamped stainless steel identification tags. Panel, subpanel, and rack-mounted devices shall have laminated phenolic identification tags securely fastened to the device. Hand- lettered or tape labels will not be acceptable. 1-3. SUBMITTALS. Submittals shall be as required in Section 13500. 1-4. DELIVERY, STORAGE, AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 1-5. SPARE PARTS. Spare parts shall be provided as required. 2-1. INDIVIDUAL DEVICE SPECIFICATIONS. Individual instruments and related devices shall be provided as specified in one or more of the following . sections, as required: Encina Basin Water Reclamation Program SCADA Integration 13560 Phase I1 Project -4- 134538 February 2005 13561 Panel Mounted Instruments 13563 Pressure and Level Instruments PART 3 - EXECUTION 3- 1 . I N STRU M E NTATl ON I NSTALLATI 0 N REQ U I REM E NTS . Add it ional instrumentation installation requirements are specified in Section 13500. Instruments shall be installed and calibrated in accordance with the following requirements. 3-1.01. Field Calibration. After each instrument has been installed, a technical representative of CONTRACTOR shall calibrate each instrument and shall provide a written calibration report for each instrument, indicating the results and final settings. The adjustments of calibrated instruments shall be sealed or marked, insofar as possible, to discourage tampering. Instrument calibration shall be done before checkout of the system operation. A typical instrument calibration report is attached to the end of each section. 3-1.02. Systems Check. A technical representative of CONTRACTOR shall participate in the checkout of instrumentation systems. Systems check requirements shall be as specified in Section 13500. 3-1.03. Installation Test Equipment. Unless specified otherwise, all test equipment for the calibration and checking of system components shall be provided by CONTRACTOR for the duration of the testing work and this test equipment will remain the property of CONTRACTOR. 3-1.04. Mounting of Field Instruments. Instruments shall be mounted so that they can be easily read and serviced and so that all appurtenant devices can be easily operated. Installation details for some instruments are indicated on the drawings. 3-2. CUSTOMER TRAINING. Instrumentation training is covered in Section 13500. End of Section Encina Basin Water Reclamation Program Phase II Project -5- SCADA Integration 13560 134538 February 2005 INSTRUMENT NAME & SERVICE: BRAND & MODEL NO.: TAG OR LOOP NO.: INPUTlOUTPUT RANGE: PROPORTIONAL BAND: RESET: POSITION OF SWITCHES, JUMPERS, ETC. 1 COMMENTS: ~ ~ ~~ DATE OF CALIBRATION: CALIBRATED BY 11 Black & Veatch INSTRUMENT CALIBRATION I Figure 1-13560 I REPORT ! 'ara- raph -2.01 - -2.02 - Section 13561 PANEL MOUNTED INSTRUMENTS Data Sheet bescription Data rnnunciators mnunciator(s) required 0 Yes a No munciator window size required. I t,L I 4 ,:1(-b i,?i ; I, i, I( CI I )t;y'~Jill(r /'3iy'\~ udible alarm device and Ir i,: ,,,. ,Il ,,, .ka ccessories required. hit Vhen "Other" is selected, indicate Iternative. nnunciator point requiring isolated uxiliary contact outputs. ,djustable time delay required. C 'I ,uxiliary relay required. -. otalizers I F: otalizer(s) Required Encina Basin Water reclamation Program SCADA Integration 13561 Phase II Project -1 - 134538 February 2005 Resettable totalizer required. Pigital Panel Indicators 2-2.03 Digital Panel Indicator(s) Required c yes Electronic Bar GraDh Indicators I c l. No I 2-2.04 'Electronic Bar Graph Indicator(s) Required % DIN Single-Loop Control Stations 2-2.09 X DIN Single-Loop Control Station(s) Required ?4 DIN ManuaVAuto Backup Stations solute alarm with set point 2-2.07 Ratio Station(s) Required Electronic Indicating Control Stations I 2-2.10 M DIN ManuaWAuto Backup Station(s) Required Indicating Control tation(s) Required 2-2.1 1 ,arge Case Recorder(s) 1E: Yes Required E No II I I I Larae Case Recorders I I I Encina Basin Water reclamation Program SCADA Integration 13561 Phase I1 Project -2- 134538 February 2005 - ! 2-2.12 2-2.13 2-2.14 itrip Chart Recorders ;trip Chart Recorder(s) Iptions required. C Yes tecorder requires microprocessor ind six-digit totalizer. :locks I- I tecorder requires two alarm relays . t3 I 3r each channel E:: 'ressure Gauge(s) Required Encina Basin Water reclamation Program Phase ti Project -3- SCAOA integration 13561 134538 February 2005 2 2.15.01 2.15.0; 2.1 5.0: 2- 2-3.01 2-3.02 2-3.03 2-3.04 2-3.05 2-3.06 2-3.07 2-3.08 2-3.09 2-3.10 ;witches, Lights, and Push httons levices Required 'anel Interior Mounted Devices levices required. Vhen 'Other" is selected indicate isted in Section 13600 ilternative. F r Selector Switches r Indicating Lights r Push Buttons r Integrators Power supplies 1;7 Relays r Intrinsically safe relays r Electronic signal boosterlisolators r Electronic signal selectors r Electronic signal summers r Fixed deadband signal monitors r Adjustable deadband signal monitors I7 Strip heaters F Other :ommon power supply for all istruments in a filter system. Encina Basin Water reclamation Program SCADA Integration 13561 Phase I1 Project -4- 134538 February 2005 Section 13561 PANEL MOUNTED INSTRUMENTS PART 1 - GENERAL. 1-1. SCOPE. This section covers the furnishing of all panel mounted instruments and accessories required for the Computer Control System as indicated on the drawings and as required. Equipment and services provided under this section shall be subject to the Instrumentation General Requirements in Section 13500 and Section 13560. This section shall be used and referenced only in conjunction with Section 13560. Supplementing Section 13560, instrument data, special requirements, and options are indicated on the drawings or the Instrument Device Schedule, as required. When multiple instruments of a particular type are indicated on the Data Sheet, and each requires different selectable features, the required features are described on the drawings or the Instrument Device Schedule. 1-1.01. Terminoloqv. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet 'I. 1-2. DESIGN CRITERIA. The instruments shall be installed to measure, monitor, or display the specified process at the ranges and service conditions indicated on the drawings or as indicated in the Instrument Device Schedule. The instruments shall be installed at the locations indicated on the drawings or the Instrument Device Schedule. Where possible, each instrument shall be factory calibrated to the calibration ranges indicated on the drawings or in the Instrument Device Schedule. Transmitters or similar measurement instruments shall be calibrated using National Institute of Standards and Technology (NIST) approved bench calibration procedures, when such procedures exist for the instrument type. For "smart" devices, calibration data shall be stored digitally in each device, including the instrument tag designation indicated on the drawings and/or Instrument Device Schedule. 1-3. SUBMITTALS. Submittals shall be made in accordance with the requirements of Section 13500. i Encina Basin Water reclamation .Program SCADA integration 13561 Phase ti Project -5 134538 February 2005 PART 2 - PRODUCTS 2-1. GENERAL. The following paragraphs describe minimum device requirements. The drawings or Instrument Device Schedule shall be used to determine any additional instrument options, requirements, or service conditions. 2-1.01 Proarammina Device. For systems that require a dedicated programming device for calibration, maintenance, or troubleshooting, one such programming device shall be provided for each OWNER facility (quantity required shall be as indicated in the Section 13560 general data sheet). The programming device shall include appropriate operation manuals and shall be included in the training requirements. For systems that allow the programming device functions to be implemented in software, running on a laptop computer, the software shall be provided instead of the programming device. 2-1.02 Confiauration Software/Serial Interface. Devices indicated as requiring a serial interface shall be provided with all accessories required to properly communicate over the serial link. As a minimum, an appropriate cable shall be provided to allow the transmitter serial interface to be connected to a personal computer. One licensed copy of the diagnostidinterface software shall be provided for each OWNER facility (quantity required shall be as indicated in the Section 13560 general data sheet). Software shall be capable of running under Microsoft’s Windows 98, Windows Me, Windows 2000, Windows NT 4.0, and Windows XP operating system. If the software furnished performs the same krnctions as the programming device, specified elsewhere, then the programming device shall not be furnished. 2-2. PANEL FRONT MOUNTED DEVICES. 2-2.01. Annunciators. Not Used. 2-2.02. Totalizers. Not Used. 2-2.03. Diaital Panel Indicators. Not Used. 2-2.04. Electronic Bar Graph Indicators. Not Used. 2-2.05. Edclewise Panel Indicators. Not Used. 2-2.06. Manual Loadinq Stations. Not Used. 2-2.07. Ratio Stations. Not Used. 2-2.08. Electronic lndicatinq Control Stations. Not Used. Encina Basin Water reclamation Program SCADA Integration 13561 Phase II Project -6- 134538 February 2005 i 2-2.09. 114 DIN Sinale-Loop Control Stations. Not Used. 2-2.10. 1/4 DIN ManuallAuto Backup Stations. Not Used. 2-2.1 1. Large Case Recorders. Not Used. 2-2.12. Strip Chart Recorders. Not Used. 2-2.1 3. Pressure Gauaes. Not Used. 2-2.14. Digital and Panel Clocks. Not Used. 2-2.15. Switches, Linhts, and Push Buttons. 2-2.15.01. Selector Switches. Not Used. 2-2.1 5.02. Indicating Lights. Not Used. 2-2.15.03. Push Buttons. Not Used. 2-3. PANEL INTERIOR MOUNTED DEVICES. 2-3.01. Intenrators. Not Used. 2-3.02. Power Supplies. Regulated dc power supplies for instrument loops shall be designed and arranged so that loss of one supply does not affect more than one instrument loop or system. Power supplies shall be suitable for an input voltage variation of 210 percent, and the supply output shall be fused or shortcircuit protected. Output voltage regulation shall be as required by the instrumentation equipment supplied. Multiloop or multisystem power supplies will be acceptable if backup power supply units are provided which will automatically supply the load upon failure of the primary supply. The backup supply systems shall be designed so either the primary or the backup supply can be removed, repaired, and returned to service without disrupting the instrument system operation. Multiloop power supply connections shall be individually fused so a fault in one instrument loop will be isolated from the other loops being fed from the same supply. Fuses shall be clearly labeled and shall be located for easy access. Multiloop supply systems shall be oversized for an additional 10 percent future load. Failure of a multiloop supply shall be indicated on the respective instrument panel or enclosure. Encina Basin Water reclamation Program SCADA Integration 13561 Phase II Project -7- 134538 February 2005 2-3.03. Relavs. Relays indicated to be provided in panels, enclosures, or systems furnished under this section shall be of the plug-in socket base type with dustproof plastic enclosures unless noted otherwise. Relays shall be UL recognized and shall have not less than double-pole, double-throw contacts. Control circuit relays shall have silver cadmium oxide contacts rated 10 amperes at 120 V ac. Electronic switching-duty relays shall have gold-plated or gold alloy contacts suitable for use with low-level signals. Relays used for computer input, alarm input, or indicating light service shall have contacts rated at least 3 amperes. Time delay relays shall have dials or switch settings engraved in seconds and shall have timing repeatability of &Z percent of setting. Latching and special purpose relays shall be as required for the specific application. Unless otherwise indicated, all relays shall have an integral pilot light that illuminates to indicate an energized condition. Relays shall be Eagle Signal "Series 22,80"; IDEC "Series RR"; Potter & Brumfield "Series KRP, CB"; or Struthers-Dunn "Series A3, A4". 2-3.04. lntrinsicallv Safe Relavs. Not Used. 2-3.05. Electronic Sianal Booster/lsolators. Not Used. 2-3.06. Electronic Sianal Selectors. Not Used. 2-3.07. Electronic Siqnal Summers. Not Used. 2-3.08. Fixed Deadband Sianal Monitors. Not Used. 2-3.09. Adiustable Deadband Siqnal Monitors. Not Used. 2-3.10. StriD Heaters. Electric strip heaters shall be provided as indicated on the drawings, as specified, and as required for the application. Strip heaters shall be sized to prevent condensation within the enclosure and to maintain the equipment above its minimum operating temperature. Strip heaters shall be located to avoid overheating electronic hardware or producing large temperature fluctuations. Strip heaters shall be controlled by adjustable thermostats with adjustment ranges of 30" to 90°F [-1 O to +32"C]. A circuit disconnect switch shall be provided within the enclosure. PART 3 - EXECUTION 3-1 FIELD SERVICES. Manufacturer's field services shall be provided for installation, field calibration, startup, and training as specified in Section 13560. Instruments shall not be shipped to the Work Site until two weeks prior to the scheduled installation. SYSTEM SUPPLIER shall be responsible for coordinating the installation schedule with the installation Contractor. Each shipment shall contain a listing of protective measures required to maintain Encina Basin Water reclamation Program SCADA Integration 13561 Phase II Project -8- 134538 February 2005 sensor operation, including a listing of any common construction or cleaning chemicals that may affect instrument operation. End Of Section Encina Basin Water reclamation Program SCADA Integration 13561 Phase II Project -9- 134538 February 2005 Section 13563 PRESSURE AND LEVEL INSTRUMENTS Data Sheet Para- Description Data Unit graph Pressure and Pressure Sensing Level Transmitters If 'Yes" is selected, indicate type. ressure and Pressure Sensing Transmitters required Smart type r Yes 6 No When "Other" is selected, indicate alternative. Differential Pressure Transmitters -equired If 'Yes" checked above, indicate type. When "Other" is selected, indicate alternative. 2-2.02 Differential Pressure Transmitters 2-2.03 Flange-Mounted Pressure Sensing Level Transmitters required If "Yes" checked above indicate type. When "Other" is selected, indicate alternative. I I Flushing port required. I" Yes r No r Multiple instruments Ultrasonic Level Transmitters lange-Mounted Pressure ensina Level Transmitters I Other r Yes No Srxart type Other r Yes No Smart type Other -2.04 Ultrasonic Level Transmitters 1- bequired I I Ir Yes ne No Encina Basin Water Reclamation Program SCADA Integration 13563 Phase II Project -1 - 134538 February 2005 pecial type of sensor housing :quired for hazardous area. istallation requirements are ldicated on the drawings. r yes F Multiple instruments NQ Yes NO Dual unit for diflerential sensing Multiple instruments _- ~~ robe type. 2-2.05 2-2.06 Flexible weighted probe Rigid coated probe @4 Multiple instruments robe mounting detail indicated on Yes rawings. Multiple instruments idicator required on signal mverter. No ixed-Mount Float Type Level witches Encina Basin Water Reclamation Program SCADA Integration 13563 Phase II Project -2- 134538 February 2005 i .2.09 - witches required Adjustable Deadband Float Type Level Switch Adjustable Deadband Float Type Level Switches required ElectrodelConductance Relay Level Switches 2.08 eighted Float Type Level - pwitches required ~ ,211 - ~~~ Flange-Mounted Displacement Float Type Level Switches required. Switch housing. .2.10 Electrode/Conductance Relay - level Switch required Electrode type. Electrode holder type. I elay housing. r Flange-Mounted Displacement IF loat TvDe Level Switches Yes E No Yes = No Yes No Flexible weighted probe. Rigid coated probe Multiple instruments 4 ioch Range Wall bracket Multiple instruments fnstrument panel NEMA Type 4 enclosure Expfosionprobf enclosure Multiple instruments ~ ~~ % Yes ;No Weat herproof Explosionproof Multiple f nst rumen ts Yes No Yes NO Encina Basin Water Reclamation Program SCADA Integration 13563 Phase ll Project -3- I34538 February 2005 Diaphragm Seals required Y hi0 Flood Level Switches 2-2.13 Flood Level Switches required r Yes I; No I trype of mounting. Submersible Pressure Sensing Level Transmitters 2-2.14 Submersible Pressure Sensing I; Yes Level Transmitters required Ultrasonic Level Switches r No 2-2.15 Ultrasonic Level Switches required c Yes @ No Pressure Gauges Wall bracket Sump 114ultiple lnstrun1ents -2.16 ressure Gauges required PP r Yes /5 No I (Snubbers required I Yes I I I No I Piaphragm Seals required I Yes I I I No I Encina Basin Water Reclamation Program SCADA Integration 13563 Phase I1 Project -4- 134538 February 2005 Section 13563 PRESSURE AND LEVEL INSTRUMENTS PART I - GENERAL 1-1. SCOPE. This section covers the furnishing of all pressure and level instruments and accessories required for the Computer Control System as indicated on the drawings and as required. Equipment and services provided under this section shall be subject to the General Instrumentation Requirements specified in Section 13500 and Section 13560. This section shall be used and referenced only in conjunction with Section 13560. Supplementing Section 13560, instrument data, special requirements, and options are indicated on the drawings or the Instrument Device Schedule, as required. When multiple pressure and level instruments of a particular type are indicated on the Data Sheet, and each requires different selectable features, the required features are described on the drawings or in the Instrument Device Schedule. 1-1.01. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the Data Sheet". 1-2. DESIGN CRITERIA. Each device shall be a pre-assembled, packaged unit. Upon delivery to the work site, each device or system shall be ready for installation with only minor piping and electrical connections required by CONTRACTOR. Primary elements shall derive any required power from the transmitter, unless othetwise indicated. The instruments shall be installed to measure, monitor, or display the specified process at the ranges and service conditions indicated on the drawings or as indicated in the Instrument Device Schedule. The instruments shall be installed at the locations indicated on the drawings or in the Instrument Device Schedule. Where possible, each instrument shall be factory calibrated to the calibration ranges indicated in the drawings or in the Instrument Device Schedule. Transmitters or similar measurement instruments shall be calibrated using National Institute of Standards and Technology (NIST) approved bench calibration procedures, when such procedures exist for the instrument type. For "smart" devices, calibration data shall be stored digitally in each device, including Encina Basin Water Reclamation Program SCADA Integration 13563 Phase II Project -5- 134538 February 2005 the instrument tag designation indicated on the drawings and/or Instrument Device Schedule. 1-3. SUBMITTALS.. Submittals shall be made in accordance with the requirements of Section 13500. 1-4. SHIPMENT, PROTECTION. AND STORAGE. Equipment provided under this section shall be shipped, protected, and stored in accordance with the requirements of Section 13560. Identification of packaging shall be as described in Section 13560. 1-4.01. Cleaning. Instruments indicated to be utilized in oxygen, ozone, or similar service shall be cleaned for oxygen service, labeled appropriately, and bagged or packaged as necessary to ensure the instrument will remain suitable for insertion in the process during installation. Any special mounting or installation requirements associated with such instruments shall be detailed on tags attached to the instrument. ' PART 2 - PRODUCTS 2-1. GENERAL. The following paragraphs provide minimum device requirements. The drawings or Instrument Device Schedule shall be used to determine any additional instrument options, requirements, or service conditions. 2-1.01. lnterconnectinq Cable. For systems where the primary element and transmitter are physically separated, interconnecting cable from the element to the transmitter shall be provided.. The cable shall be the type approved by the instrument manufacturer for the intended purpose of interfacing the element to the transmitter. Length of cable shall be a minimum of three meters or as indicated in the drawings or Instrument Device Schedule. 2-1.02. Proaramming Device. For systems that require a dedicated programming device for calibration, maintenance, or troubleshooting, one such programming device shall be provided for each OWNER facility (quantity required shall be as indicated in the Section 13560 general data sheet). The programming device shall include appropriate operation manuals and shall be included in the training requirements. For systems that allow the programming device functions to be implemented in software, running on a laptop computer, the software shall be provided instead of the programming device. 2-1 -03. Configuration Software/Serial Interface. Devices indicated as requiring a serial interface shall be provided with all accessories required to properly communicate over the serial link. As a minimum, an appropriate cable shall be provided to allow the transmitter serial interface to be connected to a personal computer. One licensed copy of the diagnostic/interface software shall be Encina Basin Water Reclamation Program SCADA Integration 13563 Phase 11 Project -6- 134538 February 2005 .r i provided for each OWNER facility (quantity required shall be as indicated in the Section 13560 general data sheet). Software shall be capable of running under Microsoft’s Windows 2000, Windows 98/Me, Windows NT 4.0, and Windows XP operating system. If the software furnished performs the same functions as the programming device, specified elsewhere, then the programming device shall not be furnished. 2-2. PRESSURE AND LEVEL INSTRUMENTATION. 2-2.01. “Smart” Pressure and Pressure Sensins Level Transmitters. Not Used. 2-2.02. “Smart” Differential Pressure Transmitters. Not Used. 2-2.03. Flanqe-Mounted “Smart“ Pressure Sensing Level Transmitters. Not Used. 2-2.04. Ultrasonic Level Transmitters.. ” 2-2.05. Admittance Probe Level Transmitters. Not Used. 2-2.06. Bubbler System Components. Not Used. 2-2.07. Fixed-Mount Float Type Level Switches. Not Used. or Contegra “FS96”. 2-2.08. Weiqhted Float Type Level Switches.Not Used. 2-2.09. Adiustable Deadband Float Type Level Switch. Not Used. 2-2.10. Electrode/Conductance Relay Level Switch.Not Used. 2-2.1 1. Flanqe-Mounted Displacement Float Type Level Switches. Not Used. 2-2.12. Pressure Switches. Not Used. 2-2.13. Flood Level Switches. Not Used. 2-2.1 4. Submersible Pressure Sensina Level Transmitters. The level transmitter system shall consist of a submersible pressure sensor/transmitter unit that is suitable for direct submersion into the liquid being measured. Sensor size shall not exceed 1-1/4 inch [32 mm] diameter by 9-inch [225 mm] length. The sensor shall be a solid-state variable capacitance or diffused silicon semiconductor type that shall provide an output signal directly proportional to the sensed pressure over a factory-calibrated range. The sensor assembly shall have a stainless steel or titanium housing and shall be supported by a polyethylene or urethane jacketed cable with a minimum 200 Ib [90.7 kg] test strength. The sensor cable shall be of sufficient length so that no splice or connector is required in the wet or . . I Encina Basin Water Reclamation Program SCADA Integration 13563 Phase II Project -7- 134538 February 2005 inaccessible area, and the vent tube termination point is located in an area protected from dirt and moisture. The sensor assembly shall be provided with stainless steel weights to anchor the sensor at the bottom of the reservoir. The transmitter shall be a low power unit and have a two-wire type 4-20 mA dc current output that is proportional to level. The output shall have surge protection, and shall not be damaged by reverse polarity. The transmitter shall be suitable for an operating temperature range of 0" to +50°C. Accuracy of the level transmitter shall be k0.25 percent "best straight line", with an overall combined accuracy of +I percent over the entire operating temperature/pressure range. Submersible pressure sensing level transmitters shall be Ametek Controls PMT Division "Model 575", Endress & Hauser Waterpilot or Deltapilot Series, or Druck "Model PTX-I 830". 2-2.1 5. Ultrasonic Level Switches. Not Used. 2-2.1 6. Pressure Gauqes. Not Used. PART 3 - EXECUTION 3-1. FIELD SERVICES. Manufacturer's field services shall be provided for installation, field calibration, startup, and training as specified in Section 13560. Instruments shall not be shipped to the Work Site until two weeks prior to the scheduled installation. CONTRACTOR shall be responsible for coordinating the installation schedule with the Installation Contractor. Each shipment shall ' contain a listing of protective measures required to maintain sensor operation, including a listing of any common construction or cleaning chemicals that may affect instrument operation. End of Section Encina Basin Water Reclamation Program SCADA Integration 13563 Phase II Project -8- 134538 February 2005 Section 13570 1-2.01 PANELS, CONSOLES, AND APPURTENANCES Data Sheet General Equipments Requirements (PR 1-2) Yes r No ~ Spare pa& (PR 1-5) Freestanding Vertical Panels (PR See 13570- sol, so2 and SO3 for details & ADDendiX A required Construction Panel Front Door required Mounted Instruments required instrument Arrangement Detailed Open bottom for conduit entrance. Steel Fiberglass op removable access plate(s) Drawings & Filter Consoles (PR 2-3) Data lunits G Yes r No G Yes r No r Yes (= No Mounting Floor Raised curb 134538 February 2005 Encina Basin Water Reclamation Program SCADA Integration 13570 Phase II Project -1 - 2-4 I llnstrument Height 54 JI*ICbb 13 35 TI] GLPcr When "Other" is selected, indicate alternative console height Wall Mounted Cabinets (PR 2-4) Wall Mounted Cabinets required. C; Yes See 1-4 q Subpanels (PR 2-5) 2-6.09 I 2-6.10 I I I Control System Consoles and I Enclosures IPR 2-61 Printer enclosures Yes Na Number of printer enclosures .No. required Printer stands Yes One No Number of printer stands required No. Provide additional wiring and receptacles for: r CCTV r intercom tzr Radio F CCN P Secunty system R intercom P Radio Security system Provide mounting kits for: 2-6 Control System Console(s) required. -I /cpu she'ves Exterior panels Fixed Siideout Oak eneer Plastic Laminate Metal ork surface nosing r 1 Console front Solid oak SQR urethane Oak wneer Plastic laminate Encina Basin Water Reclamation Program SCADA Integration 13570 Phase II Project -2- 134538 February 2005 Task lighting Control System Furniture (PR 2-7) 2-7 Control system furniture required 2-7.05 Task lighting required 2-7.06 CPU mounting required 2-7.09 Printer stand required t-I 2-7.10 Cabinet required t-I Metal Continuous Retractable 6 Yes r No r No t= Yes c No I 2-8 Free Standing Rack Yes One i Encina Basin Water Reclamation Program Phase II Project -3- SCADA Integration 13570 134538 February 2005 Section 13570 PANELS, CONSOLES, AND APPURTENANCES PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing of panels, consoles, and appurtenances of the following panels and enclosures. .Recycled water pump station at Carlsbad WRF joint use facilities PLC .Twin D Recycle Water Pump Station PLC + RWPRV station + PWPRV ~Calavera Recycle Water Pump Station PLC Enclosure (PLC-PS-C) ~Bressi Recycle water pump station PLC Enclosure (PLC-PS-B) .Operation's Center Communications Enclosure (PLC-M, PLC-OPT) *Reservoir C (PLC-RES-C) .Multipurpose Rack (for Servers etc) in Operation's Building Enclosure (PLC-PS-RW) station Enclosure (PLGPS-T) * Mahr Reservoir PLC (PLC-RES-M) Enclosure Modem only * Faraday Pressure reducing station Enclosure (RTU-PRV-F) * La Costa Pressure reducing station Enclosure (RTU-PRV-C) * Avenida Encinas Pressure reducing station Enclosure (RTU-PRV-E) * Corenthia / Melrose (Flow meter) Enclosure (RTU-FM-CM) * = NOT FURNISHED UNDER THIS CONTRACT The panels and enclosures named above shall contain the PLC noted in parentheses, associated leased-line telephone equipment, radio equipment and appurtenant items 1-1 .Ol. Control System. Section 13500 shall apply to all equipment furnished under this section. 1-1.02. Terminology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. Equipment furnished and installed under this section shall be fabricated and assembled in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. Encina Basin Water Reclamation Program SCADA Integration 13570 Phase II Project -4- 134538 February 2005 1-2.01. General Equipment Requirements. As required, the General Equipment Requirements section shall apply to all equipment provided under this section. 1-2.02. Drawings. General dimensions and arrangements are indicated on the drawings. CONTRACTOR shall be responsible for coordinating the console and enclosure sizes and arrangements to accommodate the equipment provided. 1-2.03. Coordination. The PLC telemety panel enclosures for the Twin D, Calavera, Bressi Recycled Water Pump Stations have locations pre-selected with appropriate conduit stubbed and capped to the appropriate location. Review the Krieger & Stewart Electrical Control Diagrams included with this contract or by coordinating with the Owner to assess proper installation and orientation details. Similar requirements are necessary for the RWPS, and Reservoir C locations. Field investigations prior to bid will be required to coordinate final location for these locations. 1-3. SUBMITTALS. Submittals shall be as required in Section 13500. 1-4. DELIVERY, STORAGE, AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 1-5. SPARE PARTS. Spare parts shall be provided as required. i PART 2 - PRODUCTS. 2-1. PANEL DESIGN AND FABRICATION FEATURES. All panels furnished shall conform to the requirements of NEMA ICS-6-1993. Unless indicated otherwise on the drawings, the following paragraphs describe general fabrication requirements for the PLC cabinets, instrument panels, consoles, enclosures, and subpanels. 2-1 .Ol. Pipinq. Pneumatic tubing shall be 1/4 inch [6 mm] OD, soft annealed copper with compression fittings. Tubing and fittings shall be as specified in the miscellaneous piping section. 2-1 .01.01. Fittings. Compression type bulkhead fittings shall be provided negr the bottom or the top of the panel for all field connections. Compression nuts and sleeves shall be provided for the field connections. Indicators, recorders, controllers, and other pneumatic devices shall be provided with plugged test connections and shutoff valves for isolation. 2-1.01.02. Valves. All devices shall have separate air supply shutoff valves. Valves and compression fittings shall be as manufactured by Nupro, Parker Hannifin, Swagelock, Tylok, or Whitey. Encina Basin Water Reclamation Program SCADA Integration 13570 Phase II Project -5- 134538 February 2005 2-1 102. Instrument Wiring. All internal instrument and component device wiring shall be as normally furnished by the manufacturer. Annunciator and indicating light circuits shall be minimum 16 AWG. Electronic analog circuits shall be 16 AWG twisted and shielded pairs rated not less than 300 volts. Analog circuits shall be separated from ac power circuits. 2-1.03. Power Entrance. The power entrance to each panel shall be provided with a surge protection device. Surge protectors shall be nominal 120 volts ac with a nominal clamping voltage of 200 volts. Surge protectors shall be of a nonfaulting and noninterrupting design, with a response time of not more than 5 nanoseconds. Surge protectors shall be Innovative Technology "SP-1 ZOV", Power Integrity Corporation "ZTAS", or Transtector "ACP 100 BW". 2-1.04. Power Wirinq. Power distribution wiring on the line side of panel fuses shall be minimum 12 AWG. Secondary power distribution wiring and wiring for control circuits shall be minimum 14 AWG. Wiring for ac power distribution, dc power distribution, and control circuits shall have different colors and shall agree with the color-coding legend on CONTRACTORS panel wiring diagrams. With the exception of electronic circuits, all interconnecting wiring and wiring to terminals for external connection shall be stranded copper, insulated for not less than 600 volts, with a moisture resistant and flame retardant covering rated for not less than 90°C. 2-1.05. Terminal Blocks. Terminal blocks for external connections shall be suitable for 12 AWG wire and shall be rated 30 amperes at not less than 300 volts. Terminal blocks shall be fabricated complete with marking strip, covers, and pressure connectors. Terminals shall be labeled to agree with identification shown on the supplier's submittal drawings. A termlnal shall be provided for each conductor of external circuits, plus one ground for each shielded cable. Not less than 8 inches of clearance shall be provided between the terminal strips and the base of vertical panels for conduit and wiring space. Not less than 25 percent spare terminals shall be provided. Each control loop or system shall be individually fused, and all fuses or circuit breakers shall be clearly labeled and located for easy maintenance. 2-1.06. Device Taa Numbering Svstem. All devices shall be provided with permanent identification tags. The tag numbers shall agree with the. Instrument Device Schedule and with the supplier's equipment drawings. All field-mounted transmitters and devices shall have stamped stainless steel identification tags. Panel, subpanel, and rack-mounted devices shall have laminated phenolic identification tags securely fastened to the device. Hand-lettered labels or tape labels will not be permitted. 2-1.07. Nameplates. Nameplates shall be provided on the face of the panel or on the individual device as required. Panel nameplates shall have approximate dimensions and legends, as indicated on the drawings, and shall be made of Encina Basin Water Reclamation Program Phase It Project -6- SCADA Integration 13570 134538 February 2005 laminated phenolic material having engraved letters approximately 3/16 inch [5 mm] high extending through the black face into the white layer. Nameplates shall be secured firmly to the panel. Panel face nameplates do not replace the requirement for device identification tags as specified under the Device Tag Numbering System paragraph. 2-1.08. Paintinq. Interior and exterior surfaces of all panels shall be thoroughly cleaned and painted with rust inhibitive (universal) primer. The panel interior shall be painted white with the manufacturer's standard coating. All pits and blemishes in the exterior surface shall be filled. Exterior surfaces shall be painted with one or more finish coats of the manufacturer's standard coating. Finish coats shall have a dry film thickness of at least 4 mils [I 00 mm]. Color samples shall be submitted to ENGINEER for color selection. One quart [I liter] of paint shall be furnished with the panels for future touchup painting. 2-1.09. Factory Test. Panels shall be factory tested electrically and pneumatically by the panel fabricator before shipment. 2-2. FREESTANDING VERTICAL PANELS. The following paragraphs describe specific requirements for the freestanding vertical panels: 2-2.01. Construction. Panel construction shall be an indoor, dusttight, completely enclosed cubicle formed from steel structural members and steel plates. The base shall be formed of steel channels, with flanges extending upwards. The base shall be provided with 1/2 inch [I25 mm] diameter holes at 12 inch [300 mm] centers so that the base can be bolted to the concrete equipment base. Welds, seams, and edges on all exposed surfaces shall be ground smooth. Suitable lifting facilities shall be provided for handling and shipment. 2-2.02. Structure. Panel structure shall be suitably braced and of sufficient strength to support all equipment mounted on or within, to withstand handling and shipment, to remain in proper alignment, and to be rigid and freestanding. Top, sides, and back shall be fabricated from USS 10 gage [3.42 mm thick] or heavier carbon steel sheets, with stationary back suitable for back to wall installation, or designed for rear access with hinged back doors as required. Doors shall not be greater than 24 inches [600 mm] wide or spacednot greater than 36 inches [900 mm] center to center as required. Rear access doors shall be fabricated from USS 14 gage [I .9 mm thick] or heavier carbon steel. 2-2.03. Panel Front. As required, the front shall be a hinged door, or doors, with mounted instruments and control devices, fabricated from USS 10 gage [3.42 mrn thick] carbon steel sheet and suitably braced and supported to maintain alignment. Panels with hinged fronts shall be of sufficient width to permit door opening without interference with rear projection of flush mounted instruments. Encina Basin Water Reclamation Program SCADA Integration 13570 Phase ll Project -7: 134538 February 2005 2-2.04. Doors. Doors shall be essentially full height, having turned back edges and additional bracing to ensure rigidity and prevent sagging. Doors shall be mounted with strong, continuous, piano type hinges. Positive latches, acting from a common door handle, shall hold doors securely compressed at top, side, and bottom against rubber gaskets. 2-2.05. Mounted Instruments. Not used. 2-2.05.01. Instrument Arranqement. Not used. 2-2.06. Conduit Entrance. As required, the bottom shall be open, and components shall be arranged for external wiring conduit and piping to enter from below. 2-2.07. Size and Arrangement. Panel dimensions and general instrument arrangement shall be as indicated on the drawings. 2-2.08. Interior Liqhting. Illumination of panel interiors shall be provided by ceiling mounted lamp fixtures spaced at approximately 2'-6" [760 mm] and near the door. Fixtures shall be 100 watt, incandescent or fluorescent tube type, with a common "On-Off switch near each end door. Duplex-grounded receptacles shall be provided for service and maintenance tools at spacing not greater than 5 feet [1.52 m] throughout the length of a panel. The lighting and receptacle circuit shall be fused separately from the instrumentation systems. ' 2-3. FILTER CONSOLES. Not used. 2-4. WALL-MOUNTED CABINETS. Cabinets, which contain the system components indicated on the drawings, shall be NEMA Type 12, 3R, 4, or 4X enclosures as required, suitable for wall mounting. The enclosures shall be fabricated from USS 14 gage [I .9 mm thick], or heavier, carbon steel, stainless steel, or fiberglass as required. Cabinets shall be equipped with full size gasketed doors with hinges and a chromium-plated or stainless steel three-point latch. A screened vent shall be provided in the bottom of enclosures that contain 1r .- pneumatic devices. % -1_ +h, All wall-mounted cabinets shall meet the requirements of the panel fabrication paragraph of this section. Outdoor cabinets shall be provided with sunshades as indicated on the drawings and as required. 2-5. INSTRUMENT SUBPANELS. Encina Basin Water Reclamation Program SCADA Integration 13570 Phase It Project -8- 134538 February 2005 2-6. CONTROL SYSTEM CONSOLES AND ENCLOSURES. 2-7. CONTROL SYSTEM FURNITURE. As required, a main control system desk, a control system desk, printer enclosure(s), a printer stand(s) shall be provided as indicated on the drawings. 2-7.01. Control System Desk. The control system desk shall be a freestanding desk-based system consisting of linked work surfaces on pedestals in the general arrangement indicated on the drawings. CONTRACTOR shall coordinate the types and quantities of console components required, and shall furnish and install all additional components, including supports and connecting brackets . 2-7.02. Work Surfaces. Work surfaces shall of be high-pressure plastic laminate over a high-density wood composite and shall be 1-1/4 inches [32 mm] thick, 30 inches [762 mm] wide, and of the length required. Special corner work surfaces shall be provided where required. Back panels at least 19 inches [483 mm] high shall be provided for all work surfaces. Work surface dimensions shall be coordinated with the pedestals to ensure proper stability and access to wireways. Where indicated on the drawings, work surfaces shall be provided with hinged corner access channels for wire and cables. 2-7.03. Pedestals. Pedestals shall be provided as indicated on the drawings or as required to support the work surface arrangement. Pedestals shall be of painted steel, with integral, double-walled desk drawers. i 2-7.04. Internal Wiring. The console shall be provided with a concealed wireway system, mounted near the back edge of the work surface and accessible from the console back without the use of special tools. An integral power raceway system shall be provided to distribute power to the control system components. The power system shall consist of sufficient receptacles and wiring to accommodate the control system components and task lighting. ' 2-7.05. Task Lighting. Not used. 2-7.06. CPU Mountinq. As required, mounting kits shall be provided for +h. - installing CPUs under the work surfaces. The number$-and locations of the CPUs are indicated on the drawings. I." 2-7.07. Color Samples. CONTRACTOR shall submit color samples for all work surfaces, back panels, and pedestals to the Engineer for color selection. 2-7.08. Manufacturers. The console shall be Allsteel "Syntrax II" or equal. 2-7.09. Printer Stands. The printer stand shall be of open shelf design, with lockable doors, sized to support the report, alarm, or color printer furnished, and Encina Basin Water Reclamation Program Phase I1 Project -9- SCADA Integration 13570 134538 February 2005 . ,^ I ... .. with shelved storage space under the mounting surface. The control console manufacturer shall provide the printer stand. 2-7.10. Cabinet. The cabinet shall be constructed of materials to match the control system console exterior panels. Printer mounting surface shall be of approximately the same height as the work surface of the control console. 2-8 FREE-STANDING RACK. The following paragraphs describe specific requirements for the Multipurpose Equipment rack in the Operations Building. 2-8.01. Construction. Rack construction shall be an indoor, completely open design, cubicle formed from die-cast aluminum structural members and steel panels. The base shall be raised (“plinth style”), rectangular, and formed of welded steel sheet, with a nominal height of 4 inches. The base shall be provided with I J2 inch diameter holes at all corners so that the enclosure can be bolted to the floor. Welds, seams, and edges on all exposed surfaces shall be ground smooth. The panel structure shall be suitably braced and of sufficient strength to support all equipment mounted on or within, to withstand handling and shipment, to remain in proper alignment, and to be rigid and freestanding. Sides shall be fabricated from 1 mm or thicker carbon steel sheets and shall be removable via quarter-turn fasteners for easy access. The top shall be louvered for heat rejection and fabricated from 1 mm or thicker carbon steel sheet. Where applicable, adjoining panel sections shall be accurately shop fitted to assure satisfactory assembly in the field. 2-8.02. Wiring Entrance. The Rack design shall allow for external wiring and conduit to enter from the bottom, through the top, or through the side of the base of the rack. *II. I. 2-803. Size and Arrangement. Nominal Rack dimensions shall be 24 inches wide, 36 inches deep, and 84 inches high (overall). The Rack shall contain the servers, monitors, keyboards, UPS, and other communications and data-sharing devices specified in this and other Sections. These items shall be arranged in a logical configuration from the standpoint of. maintenance personnel 2-8.04. Rack Frame. The enclosure shall be provided with interior upright members in the front and rear of the enclosure to accommodate EIA 24 inch rack-mounted equipment and accessories. The uprights shall be essentially full- height and shall have front and rear hole spacing to comply with EIA RS-310-D. Rack upright members shall be constructed of extruded aluminum suitable for supporting the network switches and their appurtenances. It is acceptable for the upright members to be integral to the enclosure frame. Vertically mounted sub Encina Basin Water Reclamation Program SCADA Integration 13570 Phase I1 Project -1 0- 134538 February 2005 panels supporting other devices contained within the enclosure shall be provided as necessary and shall be attached to the rack upright members. 2-8.05. Receptacles. At least one, non-UPS-backed, duplex grounded receptacle for powering maintenance tools and test equipment shall be provided within the enclosure. UPS-backed receptacles shall be distributed as necessary throughout the panel to allow all network equipment to be connected without the use of power extension cords. 2-8.06. Acceptable Products. The enclosure shall be Hoffman “Catalog No. E-ER34U6060” or of equivalent construction. PART 3 - EXECUTION 3-1. GENERAL INSTALLATION REQUIREMENTS. Installation requirements are specified in Section 13500. In addition, equipment furnished under this section shall conform to the following manufacturing requirements. 3-1.01. Pipinq. All tubing shall be run in horizontal and vertical planes and shall be rigidly supported to withstand handling and shipment. Flexible polyethylene tubing shall be used to connect devices mounted on hinged doors. 3-1.02. Wiring. All wiring shall be grouped or cabled and firmly supported inside the panel. Wiring shall be bundled in groups and bound by nylon cable ties or shall be routed in Panduit or similar nonmetallic slotted ducts. Ducts shall be readily accessible within the panel with removable covers and shall have a space of at least 40 percent of the depth of the duct available for future use after installation is complete and all field wiring installed. Sufficient space shall be provided between cable groups or ducts and terminal blocks for easy installation or removal of cables. 3-1.03. More Than One Panel. Where signal or loop wiring must be routed to more than one panel or device, the required circuit routing shall be as indicated on the one-line diagrams. The panel fabricator shall provide such additional circuits as may be indicated on the electrical schematic drawings. End of Section Encina Basin Water Reclamation Program SCADA Integration 13570 Phase It Project -1 1- 134538 February 2005 Equipment Schedule 13570-SO1 Back to wall Hinged rear doors 36 inches wide 72 inches high Hinged front door NEMA Type Recessed base FREESTANDING VERTICAL PANELS X X X X X X X X X X X X X X X X 12 12 12 12 X X X X General Specification Section 13570 Freestanding Vertical Panels (PR 2-2) Conduit entrance Bottom open Removable top plates Exceptions, Clarifications, and Comments None See Section 13570 Tag Number X X X X I pLkzs- I PLC-PS-T I PLC-PS-B I PLC-PS-C I Structure I Encina Basin Waster Reclamation Program Phase I1 Project SCADA Integration 13570-SO1 134538 February 2005 i PLC-M PLC-OPT Tag Number Equipment Schedule 13570-SO2 FREESTANDING VERTICAL PANELS MLP Server Rack 1.010 I Specification Section 13570 I 3.010 2.000 None See Section 13570 2.010 2.020 2.030 3.000 Encina Basin Water Reclamation Program Phase II Project SCADA Integration 13570-SO2 134538 February 2005 Equipment Schedule 13570403 Fiberglass Required environmental controls Sun shade Cooling fan Air conditioned Exceptions, Clarifications, and Comments None Wall Mounted Panels I I Solar Power - 1 .ooo 1.01 0 2.000 - 7 2.01 0 2.020 - 2.030 7 2.040 - 3.000 3.01 0 - General Specification Section 13570 Instrument Sub-cabinets IPR 2-41 I Encina Water Reclamation Program Phase II Project SCADA Integration i 3570-SO3 134538 February 2005 ,. 'I . >- . Tag Numbers Drawina Numbers Section 13580 UNINTERRUPTIBLE POWER SUPPLY Data Sheet 1-2.02. Sara- Description bata lunits Seneral Equipment Requirements 6 Yes Spare Parts Service Conditions - Enclosure r No 6 NEMA ~ype 1 r Other NEMA Type When "Other" is selected, indicate alternative. Control svstem loads graph I I I kenera1 !-1.01 Performance and Design Requirements (PR 2-1 thru 2-7) Minumum capacity (kW) at unity power factor. F 2 r3 r5 177 I- 10 Other I When "Other" is selected, indicate alternative. 60 Hz, single-phase, ac oltage at +10 to -1 5 percent. t= 120 r 240 r 120/240 Output 60 Hz, single-phase, ac voltage Minimum backup time required. (minutes) 6 120 r 120/240 r io r 20 r30 6 Other Encina Basin Water Reclamation Program SCADA Integration 13580 -1 - Phase II Project - Phase II 134538 February 2005 r- Vhen 'Other" is selected, indicate Iternative. ixternal batteries required 20 minutes at all sites except Mahr Reservoir where 1 hour will be required. r Yes @No 2-2. 2-4. 2-5. 2-6. 2-7.02. itatic transfer switch required Yes /c No Iutput receptacle panel ED indicators for bypass ready, ypass mode and on line mode. I I laintenance bypass switch 1~ Yes @ Yes r No r Connect to distribution panel 5; Yes r No ?quired 1 Eegral 9 External . .., Encina Basin Water Reclamation Program SCADA Integration 13580 -2- Phase It Project - Phase II 134538 February 2005 Section 13580 UNINTERRUPTIBLE POWER SUPPLY PART 1 - GENERAL ! 1-1. SCOPE. This section covers the furnishing of a complete on-line uninterruptible power supply (UPS) as indicated on the drawings and as required. The system shall convert incoming single phase, 60 Hz, power into dc power, maintain and charge backup batteries and reconvert outgoing power into a sinusoidal single phase, 60 Hz, ac power source. The system shall consist of a rectifier, battery charger, batteries, inverter, integral static bypass switch, and maintenance bypass switch as required. Additional accessories and appurtenances shall be provided as specified herein and as required to provide a complete and properly operating system. A UPS unit is required for each remote site PLC cabinet. The Operation's Center Communications Enclosure UPS shall be sized to power all PLC, communication and network equipment located in the enclosure. A separate UPS shall be required to power the redundant database servers. 1-1.01. Control Svstem. Section 13500 shall apply to all equipment furnished under this section. 1-1.02. Control Svstem Loads. The UPS shall supply Control System and other loads located in or external to the control room as shown on the drawings or as listed herein. 1-1.03. Terrnirlology. When the phrase "as required" is stated in this section it shall mean "as required in the attached Data Sheet". 1-2. GENERAL. Equipment furnished under this section shall be fabricated and assembled in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.02. General Equipment Requirements. As required, the General Equipment Requirements section shall apply to all equipment provided under this section. Encina Basin Water Reclamation Program Phase II Project - Phase I1 SCADA Integration 13580 -3- 134538 February 2005 1-2.03. Drawinas. Supplementing this section, the drawings indicate locations and arrangement of enclosures and provide one-line diagrams regarding the connection and interaction with other equipment. 1-2.04. NameDlates. Each UPS shall be identified with a suitable engraved nameplate mounted on the top front and as required, a nameplate shall also be provided for each of the external manual bypass switches. The nameplates shall be made of laminated black and white plastic. The lettering shall be bold, not less than 1/4 inch [6 mm] square, engraved by cutting through the black outside layer so that the letters appear white. 1-3. SUBMITTALS. In addition to the requirements of Section 13500, all material and equipment documentation shall be submitted for review in accordance with the submittals section. Each sheet of descriptive literature submitted shall be clearly marked to identify the material or equipment as follows: a. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which equipment applies. b. C. Sheets or drawings showing items not applicable to this system, or not requiring review, shall contain clear indication as to which section or sections require review. Functional line diagrams showing all major system components and external connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will not be accepted, unless it is clearly marked to . show the intended connections. d. A report certifying that the UPS will provide the required backup time at the specified UPS loading and UPS ambient temperature. The report shall include anticipated continuous electrical load calculations, backup time calculations and shall indicate the battery end-voltage used in the analysis. 1-4. DELIVERY, STORAGE, AND SHIPPING. Delivery, storage and shipping shall be as required in Section 13500. 1-5. SPARE PARTS. Spare parts shall be provided as required. PART 2 - PRODUCTS Encina Basin Water Reclamation Program SCADA Integration 13580 -4- Phase II Project - Phase II 134538 February 2005 i 2-1. GENERAL. All equipment, enclosures, and accessories shall be designed, assembled and connected in accordance with the requirements of these specifications and the drawings. 2-1.01. Svstem Design Requirements. The UPS system shall conform to the following standards and features and other features as required. Capacity Capacity, peak (minimum) Frequency stability, battery mode Harmonic distortion (max) Efficiency, overall on-line Operating temperature-humidity Recharge time (max) Input Voltage at 60Hz +IO - 15 percent Output Voltage at 60Hz AC See data sheet 150 percent of continuous power rating for 10 seconds. - + 0.5 percent. 5 percent. 75 percent minimum. 0 to 40°C; 0 to 95 percent relative humidity, non-condensing. 4 hours. 120 120 with AVR (Automatic Voltage Regulation) ' 2-1.02. Acceptable Manufacturers. All systems supplied under this contract shall be of the same manufacturer. The uninterruptible power supply systems shall be as manufactured by MGE, Powerware, Liebert, or equal. 2-1.03. Terminal Blocks. Wiring for external circuits, including all alarm contacts, shall be brought to grouped terminal blocks located for convenient connection. Provisions shall include suitable marked terminal blocks for connection of No. 12 AWG control wiring and for inputloutput power conductors as sized on the drawings. Terminal designations shall agree with manufacturer's wiring diagram. 2-2. BATTERY CHARGEWRECTIFIER AND BATTERIES. The battery charger and the rectifier shall have the following characteristics: a. The rectifier shall convert the incoming ac power to dc power to energize the static inverter. b. The battery charger shall supply a float current to the batteries to maintain them at a fully charged state while incoming power is being provided. The charging voltage shall be temperature- Encina Basin Water Reclamation Program SCADA Integration 13580 -5- Phase II Project - Phase II 134538 February 2005 compensated over the entire operating temperature range to avoid overcharging or undercharging the batteries. The battery charger shall automatically apply an elevated voltage (equalization charge) to the batteries if and as required by the battery manufacturer. c. The batteries shall provide backup power for the UPS when incoming commercial power is not available. The batteries shall be valve-regulated or gelled-electrolyte lead-acid type. The batteries shall be integral to the UPS. Batteries shall have capacity to supply the dc power to the UPS while operating at full load for a period of not less than as required at 25°C. The batteries shall have an expected life of 5 years and shall carry a one-year warranty. 2-3. STATIC INVERTER. The solid-state inverter shall employ silicon-controlled rectifiers (SCRs) and other devices for converting direct current power to essentially sinusoidal alternating current power. The static inverter shall conform to the following characteristics and requirements. a. b. C. Automatic Synchronization: During normal operation, the inverter shall provide power to critical loads. The utility electric system will act as an alternate supply. Inverter equipment shall include stable solid-state devices designed to automatically maintain inverter output in phase with the utility electric system. Overload, Short Circuit, and Load Loss: The inverter shall have input and output fuses and other equipment necessary to protect from overload, short circuit, and 100 percent loss of load. Current , ,i limiting features shall also be provided. Loss of Supply Voltages: The inverter shall include protective devices to prevent damage resulting from excursion, loss, or restoration of its synchronization voltage and its dc input voltage and any inrush current occurrences associated with such conditions. 2-4. STATIC TRANSFER SWITCH. As required, the static transfer switch shall use SCRs and other static devices required to automatically transfer loads from the off-line (bypass) to the on-line operatingcondition and back again. In off-line mode, the static transfer switch shall connect clean filtered power to the load. The primary ac line shall be monitored and the load shall be transferred to the inverter if the voltage drops below 85 percent. During on-line mode operation, any inverter problem shall cause an instantaneous transfer to the bypass mode. 2-5. MAINTENANCE BYPASS SWITCH. As required, a maintenance bypass switch shall be provided so maintenance can be performed on the UPS without Encina Basin Water Reclamation Program SCADA Integration 13580 Phase II Project - Phase II -6- 134538 February 2005 disrupting control system operation. The bypass switch shall be independent of the UPS electronics. 2-6. OUTPUT RECEPTACLE PANEL. An output receptacle panel with a variety of NEMA 5, 6, L5, andlor L6 receptacles shall be furnished on the rear of the UPS. The CONTRACTOR shall coordinate the size, number, and type of the receptacles with the equipment as required or as indicated on the drawings. 2-7. CONTROL, INDICATION AND ALARM. Controls, indicators and alarms shall be provided as a part of the UPS. Control buttons and LED indicators shall be provided on the UPS panel and shall be permanently labeled. 2-7.01. Controls.. A dc battery circuit breaker, a mode selector switch, and system "ON" and "OFF" buttons shall be provided. 2-7.02. Indication. A digital display for selection and indication of input, output, and battery voltages shall be provided. LED indicators for inverter ready, frequency, battery voltage, overload, over temperature, and impending shutdown conditions shall be provided. LED indicators for bypass ready, bypass mode, and on-line mode shall be provided, as. required. i 2-7.03. Remote Alarms. The UPS shall have the following provisions for remote alarms. 2-7.03.01. General Alarm. For units 5 kW and larger, a common, isolated, dry, alarm contact rated 3 amperes at 120 volts ac shall be provided with the UPS for indication of general alarm. The contact shall close under any UPS fault condition. 2-7.03.02. Power Failure. For units 5 kW and larger, an isolated, dry, alarm contact rated 3 amperes at 120 volts ac shall be provided with the UPS for remote indication of power failure. The contact shall open upon loss of commercial power to the UPS. For units smaller than 5 kW, a relay shall be provided and connected across the incoming power as the means of providing a contact for indication of a power failure condition. PART 3 - EXECUTION 3-1. INSTALLATION REQUIREMENTS. Installation requirements are specified in Section 13500. Encina Basin Water Reclamation Program SCADA Integration 13580 -7- Phase II Project - Phase II 134538 February 2005 3-2. OWNER TRAINING. CONTRACTOR shall provide a qualified representative at the jobsite to train OWNER'S personnel in operating, maintaining, and repairing the equipment. The training shall consist of one full 4 hour session and the schedule shall be arranged and coordinated with OWNER. End of Section ..-....,_ Encina Basin Water Reclamation Program Phase II Project - Phase II SCADA Integration 13580 -8- 134538 February 2005 i Section 13600 SOLAR ENERGY EQUIPMENT PART 1 - GENERAL 1-1 SCOPE. This section includes furnishing and installation of solar cells, solar batteries, and charge controller at the Unit “C” Reservoir as indicated on the drawings. The solar energy equipment will provide power to the telemetry panel at the reservoir. 1-1.01. Substitutions. Solar collection system, radio, converters and batteries have been sized per specific components. Substitutions shall include data for all equipment, catalogue cuts, manufacturer’s data, installation instructions and must include load calculations. The CONTRACTOR may submit a complete OEM solution for the Reservoir Level Monitoring Station in lieu of a customized installation fabricated by the CONTRACTOR. 1-2. RELATED SECTIONS. Refer to Section 13540, Communication Equipment, and Section 16050, Electrical. 1-3. REFERENCES. NFPA 101 - 1996 Life Safety Code. NFPA 70 - National Electric Code. 1-4. SUBMITTALS. Submit the following in accordance with Section 01300, SUBMITTALS. Submit product data for all components, dimensions, ratings, and performance data. Submit manufacturer’s installation instructions. Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product . Submit manufacturer‘s operation and maintenance instructions for each product. 1-5. QUALIFICATIONS. The solar energy equipment manufacturer shall be a company specializing in manufacturing the products specified in this section with minimum three years documented experience. Encina Basin Water Reclamation Program SCADA Integration 13600 Phase It Project -1- 134538 February 2005 1-6. REGULATORY REQUIREMENTS. Conform to requirements of NFPA 70. Products shall be listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 1-7. GENERAL EQUIPMENT REQUIREMENTS. The requirements specified in Section 16050, ELECTRICAL, shall apply to all equipment furnished under this section. 1-8. ANCHOR BOLTS. Furnish and install anchor bolts and other anchorages in accordance with the requirements specified in Section 05550, ANCHORAGE IN CONCRETE AND MASONRY. PART 2 - PRODUCTS 2-1. SOLAR CELLS. Solar cells shall be polycrystalline silicon photovoltaic cells, sized by Contractor to supply power to equipment shown on drawings, and shall have the following features: 11.4 cm x 15.2 cm 4.85 amp charging current. Guaranteed to provide 80% of minimum power for 20 years. Arrangement - two 18-cell strips, combined in series that terminate in junction box. Junction box terminals accept wide variety of wire terminations. Rugged, weatherproof construction. Cell strips laminated between sheets of ethylene vinyl acetate and tempered glass. Bronze-anodized extruded aluminum frame. Manu Tempered glass superstrate. UL listed. acturer shall be Solarex, SX-60, or approved equal. 2-2. SOLAR BATTERIES. Solar batteries shall sized by Contractor to power the equipment shown on drawings for 24 hours with no recharging of the batteries; be sealed lead-acid maintenance free batteries; and shall have the following properties: 85 amp-hours. High impact plastic housing. Encina Basin Water Reclamation Program Phase II Project -2- SCADA Integration 13600 134538 February 2005 Deep cycle type. Calcium alloy grids. Self-discharge rate 2-3% per month. Operating temperature: -76°F to +140"F. Immune to the memory conditioned delivery of power. High rates of discharge because of low internal resistance. Max charge current 50 amps. Discharge current 4 amps. 5.0 milliohms. 2-3. CHARGE CONTROLLER. There shall be a rugged PV battery charge regulator for 1 to 4 solar panel systems. The controller shall be equipped as follows: 8 amp charge current, 12 volt. 10 amp LVD relay. Fully encapsulated. 100% solid state charge control. Reverse leakage protection. Surface mount. Temperature compensation. 26 volts, open circuit, max. 0.55 voltage drop, max. Manufacturer shall be the Morningstar PROSTAR Series, or approved equal. PART 3 - EXECUTION 3-1. INSTALLATION. Components shall be installed in the Instrument Panel for all equipment shown on Drawings. The solar cells shall be installed on a manufacturer supplied, direct buried pole located within the fenced area of the reservoir. Provide all attachments and mounting devices necessary for the installation required. Anchor bolts shall be provided in accordance with Owner standards 3-2. TESTING. Perform pre-startup and startup tests in accordance with the requirements specified for electrical systems in Section 01 650, STARTUP REQUIREMENTS. Encina Basin Water Reclamation Program SCADA Integration 13600 Phase II Project -3- 134538 February 2005 Inspections and tests shall be performed to determine that the solar energy equipment system and components, and process instruments and controls are coordinated and operate properly. END OF SECTION Encina Basin Water Reclamation Program SCADA Integration 13600 Phase It Project -4- 134538 February 2005 i ara- Description raph General Section A 6050 ELECTRICAL Data Sheet Data -2.01 - -3 - -1 - lfurnished by OWNER. Install equipment and wiring devices General Equipment Requirements. It] yes Listed or labeled by approved Yes testing laboratory. a No IUNO ~ Power Service Entrance - -1 Power service entrance required. Heat shrink type with custom typed E numbers b Self-laminating write-on type with wire 0 YeS E No -2 - Power entrance and metering devices. r i)ttlt?! When "Other" is selected, indicate alternative. Underground materials required. r I'ranctiti <VV 4 i- r c12,.yt.k r ,:+l,,i,.i2 , r ..!.: r !:)r~>...;~ When "Other" is selected, indicate alternative. Telephone Service Entrance Telephone service entrance 0 Yes required. E No Inits Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -1- 134538 February 2005 2-3.01 2-3.02 2-3.03 2-3.04 2-3.05 I Vhen "Other" is selGcted, indicate Iternative. istrurnent cable types. lulticonductor control cable ighting cable required. C Yes F Figure 4-16050 for single pair r Figure 516050 for single triad Figure 6-16050 for multiple pair andlortriad E Yes ______ ~~~~ ighting cable types. ,ontrol cable types. Figure 7-16050 for 14 AWG T"N- THWN Figure 8-16050 for 12 AWG T"N- THWN No aquired. ledium voltage pow% cable kquired. lediumvoltagepowercabletypes. Ir I t I t f, i s,, rt< JE Yes I- Encina Basin Water Reclamation Program 16050 Phase II Project -2- 134538 SCADA Integration February 2005 i - -4 ray cable required. IC Yes Raceways required. 1;7 Rigid steel conduit r Intermediate metal conduit R Liquidtight flexible metal conduit ray cable types. r - -8 '-3.07 Metal clad lighting cable required. IC Yes (Figure 14-1 6050) -I When "Other" is selected, indicate alternative. Lighting Panels Lighting panels required. C Yes E No IRacewavs I Minimum breaker interrupting E! i: c 22 : I)' capacity at rated voltage. , 11' ,. When "Other" is selected, indicate alternative. -9 - Power Panels Power panels required. C Yes With neutral. CY., No c !j! r,. Minimum breaker interrupting c c cr ' capacity at 277 volts. breaker interrupting apacity at 240 vdts. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase It Project -3- 134538 February 2005 2-10 2-10.8 linimum breaker interrupting C' '5 I !! apacity at 480 volts. 'ower panel(s). letrofit of existing equipment. yes, No. of devices -. See table Encina Basin Water Reclamation Program SCADA Integration 16050 Phase It Project -4- 134538 February 2005 i Dual Form "C" Dry contacts. c 1 .. E p** Motor Starters 2-11 Motor starters required. C Yes EN0 Minimum NEMA size (3 phase). k; I c., Minimum starter interrupting C!!II,Il amp [AI I" \'>r) r>fj 0(7(j capacity at 480 volts (3 phase). Minimum starter intempting Manual Starters 2-12 Manual starters required. t3 Yes mN0 2-13 Control stations required. G Yes Control Stations E No rq8 If "Yes" is selected, emergency break glass switches required. Circuit Breakers 2-14 Circuit breakers required. C Yes E No Minimum breaker interrupting c I 1 :h /I, amp [AI capacity at 480 volts. E/ c '-- '13 I !)(I Disconnect Switches Encina Basin Water Reclamation Program 16050 Phase II Project SCADA Integration -5- 134538 February 2005 2-19 Lighting contactors required. €7 Yes EN0 2-24 Door Entry Switches Door entry switches required. Coordination ReDort Yes E No 3-1 Coordination report required. El Yes E No Power and Telephone Service Entrances Installation 3-2 Name of electric utility. Electric utility contact person and telephone number. Name of telephone utility. Telephone utility contact person and teleDhone number. Cable Installation procedure required. When "Yes" is selected, indicate circuit numbers. Cable insulation testing required. Conduit Installation 3-4 Underground cable pulling E Yes No Reservoir C E Yes UNO Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -6- 3-5 At specified locations. E Rigid steel C Intermediate metal Heliax coaxial cable required. Underground conduit required. E Yes CNO 134538 February 2005 3-8.02 3-8.03 If "yes" is selected, indicate type of concrete encased underground conduit. I% Schedule 40 PVC Reuse of existing conduits allowed. a Yes Grounding Maximum grounding system resistance. pvc Utility duct No I% 25 ohms 10 ohms c 5 ohms Not required (Comply with National Electrical Code) Grounding system testing required. C Yes E No Buildings or structures required I 1, ,-," 8 I 1 I * '<# esting. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -7- Existing buildings or structures to be tested. Modifications to Existing Equipment Modifications to existing equipment E Yes required. 3-11 No 134538 February 2005 Section 16050 ELECTRICAL PART 1 - GENERAL 1-1. SCOPE. This section covers the furnishing and installation of materials needed for the electrical requirements of this contract Both inch-pound (English) and SI (metric) units of measurement are specified herein; the units of measurement shall be as indicated on the top of the Data Sheet. 1-1.01. Terminoloay. When the phrase "as required" is stated in this section it shall mean "as required in the Data Sheet". 1-2. GENERAL. Electrical apparatus on all equipment shall be installed complete and placed in readiness for proper operation. Electrical materials furnished and installed under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. 1-2.01. General Equipment Requirements. Not used. 1-2.02. Coordination. Electrical work shall conform to the construction schedule and the progress of other trades. 1-2.03. Anchor Bolts and Expansion Anchors. Unless otherwise specified or indicated on the drawings, all anchor bolts, nuts, and washers shall be hot-dip galvanized. Anchor bolts shall be at least 3/4 inch [19 mm] except a smaller size will be permitted to match NEMA standard size boltholes on motors and electrical equipment. When expansion anchors are indicated on the drawings, only an acceptable expansion anchor shall be used. Alternative anchoring systems may be used only when acceptable to ENGINEER. Expansion anchors shall be installed in conformity with the manufacturer's recommendations for maximum holding power, but in no case shall the depth of the hole be less than six bolt diameters. The minimun? distance between the center of any expansion anchor and an edge or exterior corner of concrete shall be at least six times the diameter of the bolt. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -0- 134538 February 2005 i Unless otherwise indicated on the drawings, the minimum distance between the centers of expansion anchors shall be at least 12 times the diameter of the bolt. Nuts and washers for expansion anchors shall be as specified for anchor bolts. Expansion anchors shall be Hilti "Kwik-Bolt II", ITW RamseVRed Head "Thrubolt Wedge Anchor", or Rawlplug "Rawl-Stud Anchor". 1-2.04. Drawinas. Supplementing this section, the drawings indicate locations of equipment and enclosures and provide one-line and schematic diagrams regarding the connection and interaction with other equipment. 1-3. CODES AND PERMITS. All work shall be performed and materials shall be furnished in accordance with the NEC - National Electrical Code, the NESC - National Electrical Safety Code, and the following standards where applicable: ANSI American National Standards Institute. ASTM American Society for Testing and Materials. AWG American Wire Gauge. Fed Spec Federal Specification. ICEA Insulated Cable Engineers Association. IEEE Institute of Electrical and Electronics Engineers. IES Illuminating Engineering Society. NEMA National Electrical Manufacturers Association. NFPA National Fire Protection Association. UL Underwriters' Laboratories. As required, equipment covered by this section shall be listed by UL, or by a nationally recognized third party testing laboratory. All costs associated with obtaining the listing shall be the responsibility of CONTRACTOR. If no third- party testing laboratory provides the required listing, an independent test shall be performed at CONTRACTOR'S expense. Before the test is conducted, CONTRACTOR shall submit a copy of the testing procedure to be used. . 1-4. IDENTIFICATION. 14.01. Conduit. Conduits in manholes, handholes, building entrance pull boxes, junction boxes, and equipment shall be provided with identification tags. Encina Basin Water Reclamation Program 16050 Phase II Project -9- 134538 SCADA Integration February 2005 Identification tags shall be 19 gage [1 mm thick] stainless steel, with 112 inch [I3 mm] stamped letters and numbers as indicated on the drawings. Identification tags shall be attached to conduits with nylon tie wraps and shall be positioned to be readily visible. 1-4.02. Cable. Except for lighting and receptacle circuits, each individual wire in power, control, indication, and instrumentation circuits shall be provided with identification markers at the point of termination. The wire markers shall be of the heat-shrinkable tube type, with custom typed identification numbers. The wire numbers shall be as indicated on the equipment manufacturer's drawings. The wire markers shall be positioned to be readily visible for inspection. Power wires shall be color coded with electrical tape or colored wire jacket; white-N, black, and red for 1201240 volt, 3-wire; and gray-N, brown, orange and yellow for 480/277 volt, 4-wire circuits. 1-4.03. Motor Starters. Not used. 1-4.04. Control Stations. Not used. 1-4.05. Circuit Breakers. Not used. 1-4.06. Disconnect Switches. Not used. 1-5. SUBMITTALS. Complete assembly, foundation, and installation drawings, together with complete engineering data covering the materials used, parts, devices, and accessories forming a part of the WORK PERFORMED BY THE CONTRACTOR, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following: Drawings and data. Operating manuals. Samples. 1-5.01. Submittal Identification. Information covering all materials and equipment shall be submitted for review in accordance with the submittals section. Each sheet of descriptive literature submitted shall be clearly marked to identrfy the material or equipment as follows: Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -10- 134538 February 2005 Not used. i i a. b. C. d. e. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. Sheets or drawings covering more than the item being considered shall have all inapplicable information crossed. A suitable notation shall identify equipment and materials descriptive literature not readily cross-referenced with the drawings or specifications. Schematics and connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will not be accepted, unless it is clearly marked to show the intended connections. In addition to the complete specifications and descriptive literature, a sample of the largest size of each type of cable shall be submitted for review before installation. Each sample shall include legible and complete surface printing of the cable identification. 1-6. PROTECTION AND STORAGE. During construction, the insulation on all electrical equipment insulation shall be protected against absorption of moisture, and metallic components shall be protected against corrosion by strip heaters, lamps, or other suitable means. This protection shall be provided immediately upon receipt of the equipment and shall be maintained continuously. PART 2 - PRODUCTS 2-1. POWER SERVICE ENTRANCE. Not used. 2-2. TELEPHONE SERVICE ENTRANCE. Not used. 2-3. CABLE. All cables of each type (such as lighting cable or 600 volt power cable) shall be from the same manufacturer. All types of cable shall conform to the Cable Data Figures at the end of this section and as described herein. 2-3.01. Liahtina Cable. Not used. 2-3.02. 600 Volt Power Cable. Not used. Encina Basin Water Reclamation Program Phase I1 Project -1 1- SCADA Integration 16050 134538 February 2005 2-3.03. Instrument Cable. As required, cable for electronic circuits to instrumentation, metering, and other signaling and control equipment shall be two- or three-conductor instrument cable twisted for magnetic noise rejection and protected from electrostatic noise by a total coverage shield. Types of instrument cables shall be (Figure 4-16050 single pair), (Figure 5-16050 single triad), or (Figure 6-16050 multiple pair andlor triad) as required. 2.3.04. Multiconductor Control Cable. When indicated on the drawings or as required, cable in control, indication and alarm circuits shall be multiconductor. Cable shall be (Figure 7-16050 14 AWG THHN-THWN) or (Figure 8-16050 12 AWG THHN-THWN) as required. 2-3.05. Medium Voltaae Power Cable. Not used. 2-3.06. Trav Cable. Not used. 2-3.07. Metal Clad Liahtincr Cable. Not used. 2-4. CONDUIT. As required, conduit and raceways shall be as described in the following paragraphs: 24.01. Rigid Steel Conduit. Rigid steel conduit shall be heavy wall, hot-dip galvanized, shall conform to ANSI C80.1, and shall be manufactured in accordance with UL 6. 2-4.02. Intermediate Metal Conduit CIMC). Not used. 2-4.03. Liauidticlht Flexible Metal Conduit. Liquidtight flexible metal conduit shall be hotdip galvanized steel, shall be covered with a moistureproof polyvinyl chloride jacket, and shall be UL labeled. 2-4.04. Utilitv (PVC) Duct. Not used. 2-4.05. Riaid Nonmetallic (PVC) Conduit. Not used. 2-4.06. PVC-Coated Risid Steel Conduit. The conduit shall be rigid steel. Before the PVC coating is applied, the hot-dip galvanized surfaces shall be coated with a primer to obtain a bond between the steel substrate and the coating. The PVC coating shall be bonded to the primed outer surface of the conduit. The bond on conduit and fittings shall be stronger than the tensile strength of the PVC coating. The thickness of the PVC coating shall be at least 40 mils [lo00 pm]. A chemically cured two-part urethane coating, at a nominal 2 mil [50 pm] thickness, shall be applied to the interior of all conduit and fittings. The coating shall be sufficiently flexible to permit field bending the conduit without cracking or flaking of the coating. Encina Basin Water Reclamation Program Phase I1 Project -1 2- SCADA Integration 16050 134538 February 2005 Every female conduit opening shall have a PVC sleeve extending one conduit diameter or 2 inches [50 mm], whichever is less, beyond the opening. The inside diameter of the sleeve shall be the same as the outside diameter of the conduit before coating. The wall thickness of the sleeve shall be at least 40 mils [lo00 pm]. All fittings, condulets, mounting hardware, and accessories shall be PVC-coated. All hollow conduit fittings shall be coated with the interior urethane coating described above. The screw heads on condulets shall be encapsulated by the manufacturer with a corrosion-resistant material. PVC coated rigid steel conduit shall be manufactured by Ocal, Perma-Cote, or Robroy. 2-4.07. Electrical Metallic Tubing (EMTI. Not used. 2-4.08. Rigid Aluminum Conduit (RAC). Not used. 2-5. WIRING DEVICES, BOXES, AND FITTINGS. Concealed conduit systems shall have flush-mounted switches and convenience outlets. Exposed conduit systems shall have surface-mounted switches and convenience outlets. 2-5.01. Conduit Boxes and Fittings. i a. Galvanized or cadmium plated, threaded, malleable iron, or, when required, aluminum boxes and fittings shall be manufactured by Crouse-Hinds, Appleton, or 0 2 Gedney. b. Rigid PVC device boxes and fittings shall be manufactured by Carlon or Cantex. c. Sheet steel device boxes shall be manufactured by Appleton, Raw, or Steel City. d. PVC coated device boxes shall be manufactured by Ocal, Perma-Cote, or Robroy Industries. e. Hub arrangements on threaded fittings shall be the most appropriate for the conduit arrangement to avoid unnecessary bends and fittings. 2-5.02. Device Plates. a. Notused. Encina Basin Water Reclamation Program SCAOA Integration 16050 Phase II Project -1 3- 134538 February 2005 2-5.03. Wall Switches. a. Switches on ac lighting panel load circuits through '277 volts shall be 20 amperes, 120/277 volts, Eagle "2221V" through "2224V", Hubbell "HBL 1221 I" through "HBL 12241", or Leviton "1221-21" through "1 224-21". 2-5.04. Receptacles. a. Not used. 2-5.05. Special Outlets. Not used. 2-6. JUNCTION BOXES, PULL BOXES, AND WIRING GUTTERS. Indoor boxes (larger than switch, receptacle, or fixture type) and gutters shall be constructed of sheet steel, shall be galvanized after fabrication, and shall be rigidly supported by hot-dip galvanized hardware and framing materials, including nuts and bolts. Indoor boxes and gutters in corrosive areas indicated on the drawings and outdoor boxes and gutters shall be NEMA Type 4X, ABS or stainless steel and shall be rigidly supported by PVC-coated or stainless steel framing materials. Mounting hardware, which includes nuts, bolts, and anchors, shall be stainless steel. All damaged coatings shall be repaired according to the manufacturer's instructions. 2-8. LIGHTING PANELS. Not used. 2-9. POWER PANELS. Not used. 2-1 0. TRANSIENT VOLTAGE SURGE SUPPRESSION. Not used. 2-1 1. SEPARATELY ENCLOSED MOTOR STARTERS. Not used. 2-12. SEPARATELY ENCLOSED MANUAL STARTERS. Not used. Manual starters outdoors or indicated to be weatherproof shall have NEMA Type 4 enclosures. 2-13. CONTROL STATIONS. Not used. 2-14. SEPARATELY ENCLOSED CIRCUIT BREAKERS. Not used. 2-1 5. DISCONNECT SWITCHES. Not used. 2-16. LIGHTING AND AUXILIARY POWER TRANSFORMERS. Not used. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -14- 134538 February 2005 2-17. POWER CENTERS. Not used. 2-1 8. POWER FACTOR CORRECTION CAPACITORS. Not used. 2-19. LIGHTING CONTACTORS. Not used. 2-20. PHOTOELECTRIC CONTROLS. Not used. 2-21. RELAY ENCLOSURES. Not used. 2-22. ALARM HORN AND BEACON. Not used. 2-23. HEAT-TRACED PIPING. Not used. 2-24. DOOR ENTRY SWITCHES. Not used. PART 3 - EXECUTION 3-1. COORDINATION STUDY. Not used. 3-2. POWER AND SERVICE ENTRANCE INSTALLATION. Not used. 3-3. TELEPHONE SERVICE ENTRANCE INSTALLATION. Not used. 3-4. CABLE INSTALLATION. 3-4.01. General. Except as otherwise specified or indicated on the drawings, cable shall be installed according to the following procedures, taking care to protect the cable and to avoid kinking the conductors, cutting or puncturing the jacket, contamination by oil or grease, or any other damage. a. b. C. Stranded conductor cable shall be terminated by lugs or pressure type connectors. Wrapping stranded cables around screw type terminals is not acceptable. Stranded conductor cable shall be spliced by crimp type connectors. Twist-on wire connectors may be used for splicing solid cable and for terminations at lighting fixtures. Splices may be made only at readily accessible locations. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -1 5- 134538 February 2005 d. e. f. 9. h. 1. i. k. 1. 3-4.02. Cable terminations and splices shall be made as recommended by the cable manufacturer for the particular cable and service conditions. All shielded cable stress cone terminations shall be IEEE Class 1 molded rubber type. Shielded cable splices shall be tape or molded rubber type as required. Shielded cable splices and stress cone terminations shall be made by qualified splicers. Materials shall be by 3M Company, Plymouth/Bishop, or Raychem Electric Power Products. Cable shall not be pulled tight against bushings nor pressed heavily against enclosures. Cable-pulling lubricant shall be compatible with all cable jackets; shall not contain wax, grease, or silicone; and shall be Polywater "Type J". Cables operating at more than 3,000 volts shall be fireproofed in all cable vaults, manholes, and handholes. Fireproofing shall be done with a half-lapped layer of 3M "Scotch 77 Arc-Proofing Tape", anchored at each end with a double wrap of 3M "Scotch 69 Glass Cloth Tape" or with equivalent tape by Anixter Brothers or Plymouth/Bishop. Where necessary to prevent heavy loading on cable connections, in vertical risers, the cable shall be supported by Kellems, or equal, woven grips. Spare cable ends shall be taped, coiled, and identified. Cables shall not be bent to a radius less than the minimum recommended by the manufacturer. For cables rated higher than 600 volts, the minimum radius shall be 8 diameters for nonshielded cable and 12 diameters for shielded cable. All cables in one conduit, over 1 foot [305 mm] long, or with any bends, shall be pulled in or out simultaneously. Circuits to supply electric power and control to equipment and devices are indicated on the one-line diagrams. Conductors in designated numbers and sizes shall be installed in conduit of designated size. Circuits shall not be combined to reduce conduit requirements unless acceptable to ENGINEER. 'Underaround Cable Pullinn Procedure. Care shall be taken to prevent excessive physical stresses that would cause mechanical damage to cables during pulling. Before pulling cables into the underground duct system and as Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -1 6- 13538 February 2005 required, CONTRACTOR shall submit a pulling procedure for the required Circuit Numbers as required. The procedure shall include the following information: a. Point of cable entrance into the duct system. b. Point of cable exit from the duct system. c. Type of cable grip to be used. d. Type of pulling device to be used. e. Method of continuously monitoring cable tension during pulling. f. Identification of manholes through which cable will be pulled or where splices will be made. g. Size and type of cable sheave assemblies to be used. 3-4.03. Cable Insulation Test. As required, conductors with insulation rated 5,000 volts and higher shall be given a field dc insulation test. The ampacity of direct current testing equipment shall be at least 2,500 microamperes. Final test voltages and the duration of the test shall be as indicated on the Cable Data Sheets attached to this Section. Cable insulation testing shall be recorded on the Cable Test Data Form attached to this Section. Figure 15-16050. Test procedures shall conform to ICEA S-93-639 (NEMA WC 74), 5-46 kV Shielded Power Cable For Use In The Transmission & Distribution of Electric Energy, and the applicable qualification testing standards of AElC CS-8. The tests shall be performed by experienced personnel specializing in electrical cable testing. Triplicate copies of test data for each cable shall be submitted to ENGINEER. A Cable Test Data Form is included in this section. 3-5. CONDUIT INSTALLATION. Except as otherwise specified or indicated on the drawings, conduit installation and identification shall be done according to the following procedures. 3-5.01. Installation of. Interior and Exwsed Exterior Conduit. This section covers the installation of conduit inside structures, above and below grade, and in exposed outdoor locations. In general, conduit inside structures shall be concealed. Large conduit and conduit stubs may be exposed unless otherwise specified or indicated on the drawings. No conduit shall be exposed in water chambers unless so indicated on the drawings. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase I1 Project -1 7- 134538 February 2005 Unless otherwise indicated on the drawings, CONTRACTOR shall be responsible for routing the conduit to meet the following installation requirements: a. b. C. d. e. f. 9. h. 1. j. k. Conduit installed in all exposed indoor locations, except corrosive areas indicated on the drawings, and in floor slabs, walls, and ceilings of hazardous (classified) locations, shall be rigid steel as required. Exposed conduit shall be rigidly supported by hot-dip galvanized hardware and framing materials, including nuts and bolts. Conduit installed in floor slabs and walls in non-hazardous locations shall be rigid Schedule 40 PVC. Conduit installed in all exposed outdoor locations shall be PVC-coated rigid steel, rigidly supported by PVC-coated framing materials. Mounting hardware, which includes nuts, bolts, and anchors, shall be stainless steel. All damaged coatings shall be repaired according to the manufacturer's instructions. Final connections to dry type transformers, to motors without flexible cords, and to other equipment with rotating or moving parts shall be liquidtight flexible metal conduit with watertight connectors installed without sharp bends and in the minimum lengths required for the application, but not longer than 6 feet [I .8 m] unless otherwise acceptable to ENGINEER. Terminations and connections of rigid steel and intermediate metal conduit shall be taper threaded. Conduits shall be reamed free of burrs and shall be terminated with conduit bushings. . Exposed conduit shall be installed either parallel or perpendicular to structural members and surfaces. Two or more conduits in the same general routing shall be parallel, with symmetrical bends. Conduits shall be at least 6 inches [I50 mm] from high temperature piping, ducts, and flues. Rigid Schedule 40 PVC conduit shall have supports and provisions for expansion as required by NEC Article 352. Metallic conduit connections to sheet metal enclosures shall be securely fastened by locknuts inside and outside. Rigid Schedule 40 PVC conduit shall be secured to sheet metal device boxes using a male terminal adapter with a locknut inside or by using a box adapter inserted through the knockout and Encina Basin Water Reclamation Program SCADA Integration 16050 Phase ll Project -18- 134538 February 2005 cemented into a coupling. 1. m. n. 0. P. 9- r. S. t. U. V. W. Conduits in walls or slabs, which have reinforcement in both faces, shall be installed between the reinforcing steel. In slabs with only a single layer of reinforcing steel, conduits shall be placed under the reinforcement. Conduits that cross structural joints where structural movement is allowed shall be fitted with concretetight and watertight expansion/ deflection couplings, suitable for use with metallic conduits and rigid Schedule 40 PVC conduits. The couplings shall be Appleton Type DF, Crouse-Hinds Type XD, or 0-Z Type DX. Conduit shall be clear of structural openings and indicated future openings. Conduits through roofs or metal walls shall be flashed and sealed watertight. Conduit installed through any openings cut into concrete or masonry structures shall be neatly grouted. Conduits shall be capped during construction to prevent entrance of dirt, trash, and water. Exposed conduit stubs for future use shall be terminated with galvanized pipe caps. Concealed conduit for future use shall be terminated in equipment or fitted with couplings plugged flush with structural surfaces. Where the drawings indicate future duplication of equipment wired hereunder, concealed portions of conduits for future equipment shall be provided. Horizontal conduit shall be installed to allow at least 7 feet [2.1 m] of headroom, except along structures, piping, and equipment or in other areas where headroom cannot be maintained. PVC-coated rigid steel conduit shall be threaded and installed as recommended by the conduit manufacturer's installation procedure using appropriate tools. All conduits that enter enclosures shall be terminated with acceptable fittings that will not affect the NEMA rating of the enclosure. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -1 9- 134538 February 2005 x. Nonmetallic conduit, which turns out of concrete slabs or walls, shall be connected to a 90 degree elbow of PVC-coated rigid steel conduit before it emerges. z. Power conductors to and from adjustable frequency drives shall be installed in steel conduit. 3-5.02. Underwound Conduit Installation. All excavation, backfilling, and concrete work shall conform to the respective sections of these specifications. Underground conduit shall conform to the following requirements: a. All underground conduits shall be concrete encased unless indicated otherwise on the drawings. Concrete encasement installed under roadways shall be reinforced as indicated on the drawings. b. Concrete encased conduit shall be as required. Conduits shall have end bells where terminated at walls. All joints shall be solvent welded in accordance with the recommendations of the manufacturer. c. Concrete encasement on exposed outdoor conduit risers shall continue to 6 inches [150 mm] above grade, with top crowned and edges chamfered. d. Conduit and concrete encasement installed underground for future extension shall be terminated flush at the bulkhead with a coupling and a screw plug. The termination of the duct bank shall be reinforced with bars 100 diameters long that shall be terminated 2 inches [50 mm] from the bulkhead. Matching splice bars shall be 50 bar diameters long. Each longitudinal bar shall be provided with a Lenton "Form Saver" coupler and plate or a Dayton "Superior DBR" coupler at the bulkhead. The coupler shall be threaded to accept a dowel of like diameter in the future. Threads shall be protected with screw-in plastic caps. A 1-3/4 by 314 inch [45 by 20 mm] deep horizontal shear key shall be formed in the concrete encasement above and below the embedded conduits. After concrete placement, conduit and bar connector ends shall be cleaned and coated with two coats of thixotropic coal tar. e. Underground conduits indicated not to be concrete encased shall be rigid Schedule 40 PVC. f. Underground conduit bend radius shall be at least 2 feet [600 mm] at vertical risers and at least 3 feet [900 mm] Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -20- 134538 February 2005 elsewhere. 9. h. 1. j. k. I. m. n. Underground conduits and conduit banks shall have at least 2 feet [600 mm] of earth cover, except where indicated otherwise. Underground conduit banks through building walls shall be cast in place, or concreted into boxouts, with water stops on all sides of the boxout. Water stops are specified in the cast-in-place concrete section. Underground nonmetallic conduits, which turn out of concrete or earth in outdoor locations, shall be connected to 90 degree elbows of PVC-coated rigid steel conduit before they emerge. Conduits not encased in concrete and passing through walls, which have one side in contact with earth, shall be sealed watertight with special rubber-gasketed sleeve and joint assemblies or with sleeves and modular rubber sealing elements. Underground conduits shall be sloped to drain from buildings to manholes. Each 5 kV or higher voltage cable, each 250 kcmil j120 mm2] or larger cable, and each conduit group of smaller cables shall be supported from manhole walls by Kindorf "D-990" or Unistrut "P-3259" inserts, with Kindorf "F-721-24" or Unistrut "P-2544" brackets and Unistrut "PI 753" or "PI 754" fiberglass reinforced polyester cable saddles. Telephone cables shall not be installed in raceways, conduits, boxes, manholes, or handholes containing other types of circuits. Intercommunication and instrument cables shall be separated the maximum possible distance from all power wiring in pull-boxes, manholes, and handholes. 3-5.03. Sealincl of Conduits. After cable has been installed and connected, conduit ends shall be sealed by forcing nonhardening sealing compound into the conduits to a depth at least equal to the conduit diameter. This method shall be used for sealing all conduits at handholes, manholes, and building entrance junction boxes, and for 1 inch [25 mm] and larger conduit connections to equipment. Conduits entering chlorine feed and storage rooms shall be sealed in a junction box or conduit body adjacent to the point of entrance. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -21- 134538 February 2005 Conduits entering hazardous (classified) areas and submersible or explosion proof enclosures shall have Appleton "Type ESU" or Crouse-Hinds "EYS" sealing fittings with sealing compound. 3-5.04. Reuse of Existina Conduits. Existing conduits may be reused subject to the concurrence of ENGINEER and compliance with the following requirements: a. A wire brush shall be pulled through the conduit to remove any loose debris. b. A mandrel shall be pulled through the conduit to remove sharp edges and burrs. 3-6. WIRING DEVICES, BOXES, AND FITTINGS INSTALLATION. Metallic and nonmetallic conduit boxes and fittings shall be installed in the following locations: 3-6.01. Conduit Boxes and Fittings. a. Galvanized or cadmium plated, threaded, malleable iron boxes and fittings shall be installed in concrete walls, ceilings, and floors; in the outdoor faces of masonry walls; and in all locations where weatherproof device covers are required. These boxes and fittings shall also be installed in exposed rigid steel and intermediate metal conduit systems. b. Galvanized or cadmium plated sheet steel boxes shall be installed in the indoor faces of masonry walls, in interior partition walls, and in joist supported ceilings. c. Rigid PVC device boxes shall be installed in exposed nonmetallic conduit systems. d. PVC coated boxes and fittings shall be installed in PVC coated conduit systems. e. Telephone conduit shall be provided with separate junction boxes and pull fittings. 3-6.02. Device Plates. Oversized plates shall be installed where standard-sized plates do not fully cover the wall opening. 3-6.03. Wall Switches. a. Wall switches shall be mounted 3'-6" [I .05 m] above floor or grade. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -22- 134538 February 2005 b. After circuits are energized, all wall switches shall be tested for proper operation. 3-6.04. Receptacles. a. b. C. d. e. Convenience outlets shall be 18 inches [450 mm] above the floor unless otherwise required. Convenience outlets outdoors and in garages; in basements, shops, storerooms, and rooms where equipment may be hosed down; shall be 4 feet [I .2 m] above floor or grade. Welding receptacles shall be surface-mounted 4 feet [I .2 m] above the floor. After circuits are energized, each receptacle shall be tested for correct polarity and each GFCl receptacle shall be tested for proper operation. Conduit and wire for convenience outlet installation is not shown on the drawings and shall be sized, furnished, and installed by CONTRACTOR. Conductors shall be minimum 12 AWG and conduit shall be minimum 314 inch for convenience outlet installation. 3-6.05. Special Outlets. a. b. C. d. Wall thermostats shall be 4'4" [I .35 m] above the floor unless otherwise required. Thermostats on exterior walls shall be suitably insulated from wall temperature. Telephone outlets shall be 18 inches [450 mm] above the floor unless otherwise required. Telephone outlets outdoors and in garages; in basements, shops, storerooms, and rooms where equipment may be hosed down; shall be 4 feet [I .2 m] above floor or grade. Clock outlets shall be located 7 feet [2.1 m] above the floor. Horns and strobe lights for audio/visual alarms shall be mounted a minimum of 8 feet above finished floor and shall be positioned to provide maximum penetration of the surrounding area. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -23- 134538 February 2005 3-7. EQUIPMENT INSTALLATION. Except as othetwise specified or indicated on the drawings, the following procedures shall be used in performing electrical work. 3-7.01. Setting of Equioment. All equipment, boxes, and gutters shall be installed level and plumb. Boxes, equipment enclosures, metal raceways, and similar items mounted on water- or earth-bearing walls shall be separated from the wall by at least 1/4 inch [6 mm] thick corrosion-resistant spacers. Where boxes, enclosures, and raceways are installed at locations where walls are not suitable or available for mounting, concrete equipment pads, framing material, and associated hardware shall be provided. 3-7.02. Sealing of Equiornent. All outdoor substation, switchgear, motor control center, and similar equipment shall be permanently sealed at the base, and all openings into equipment shall be screened or sealed with concrete grout to keep out rodents and insects the size of wasps and mud daubers. Small cracks and openings shall be sealed from inside with silicone sealant, Dow-Corning "795" or General Electric "SCSI 200". 3-8. GROUNDING. 3-8.01. General. The electrical system and equipment shall be grounded in compliance with the National Electrical Code and the following requirements: a. All ground conductors shall be at least 12 AWG [4 mm2] soft drawn copper cable or bar, bare or green-insulated in accordance with the National Electrical Code. b. Ground cable splices and joints, ground rod connections, and equipment bonding connections shall meet the requirements of IEEE 837, and shall be exothermic weld connections or irreversible high-compression connections, Cadweld "Exothermic" or Burndy "Hyground". Mechanical connectors will not be acceptable. Cable connections to bus bars shall be made with high-compression two-hole lugs. c. Ground cable through exterior building walls shall enter within 3 feet [900 mm] below finished grade and shall be provided with a water stop. Unless othewise indicated, installation of the water stop shall include filling the space between the strands with solder and soldering a 12 inch [300 mm] copper disc over the cable. Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -24- 134538 February 2005 d. e. f. 9. h. 1. i. 3-8.02. Ground cable near the base of a structure shall be installed in earth and as far from the structure as the excavation permits, but not closer than 24 inches [600 mm]. The tops of ground rods and ground cable interconnecting ground rods shall be buried a minimum of 30 inches [750 mm] below grade, or below the frost line, whichever is deeper. All powered equipment, including lighting fixtures and receptacles, shall be grounded by a copper ground conductor in addition to the conduit connection. Ground connections to equipment and ground buses shall be made with copper or high conductivity copper alloy ground lugs or clamps. Connections to enclosures not provided with ground buses or ground terminals shall be made with irreversible high- compression type lugs inserted under permanent assembly bolts or under new bolts drilled and inserted through enclosures, other than explosion proof enclosures, or by grounding locknuts or bushings. Ground cable covnections to anchor bolts; against gaskets, paint, or varnish; or on bolts holding removable access covers will not be acceptable. The grounding system shall be bonded to the station piping by connecting to the first flange inside the building, on either a suction or discharge pipe, with a copper bar or strap. The flange shall be drilled and tapped to provide a bolted connection. Ground conductors shall be routed as directly as possible, avoiding unnecessary bends. Ground conductor installations for equipment ground connections to the grounding system shall have turns with minimum bend radii of 12 inches [300 mm]. Ground rods not described elsewhere shall be a minimum of 314 inch [19 mm] in diameter by 10 feet [3 m] long, with a copper jacket bonded to a steel core. Test wells and covers for non-traffic areas shall be molded high density polyethylene. Test wells for traffic areas shall be precast concrete construction rated for traffic duty with concrete or cast iron covers. Grounding System Resistance. The grounding system design depicted on the contract drawings is the minimum design required for each building or structure. Each system shall comply with the maximum resistance, as required. CONTRACTOR shall confirm the system grounding resistance with the results of the testing specified herein. Systems exceeding the maximum resistance Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -25 134538 February 2005 specified shall be supplemented with additional grounding provisions and retested until the maximum specified resistance is achieved. 3-8.03. Groundinn Svstem Testing. Not used. 3-9. LIGHTING FIXTURE INSTALLATION. The drawings indicate the general locations and arrangements of the lighting fixtures. Fixtures in rows shall be aligned both vertically and horizontally unless otherwise specified. Fixtures shall be clear of pipes, mechanical equipment, structural openings, indicated future equipment and structural openings, and other obstructions. Conduit and wire for lighting fixture installation is not shown on the drawings and shall be sized, furnished and installed by CONTRACTOR. Circuits to emergency lighting units, exit signs, and fixtures indicated to be night lights shall not be switched. Circuits to fluorescent lighting fixtures indicated to have emergency battery packs shall include an additional un-switched hot conductor. Conductors shall be minimum 12 AWG and conduit shall be minimum 3/4 inch for lighting fixture installation. 3-10. POWER FACTOR CORRECTION CAPACITOR INSTALLATION. Not used. 3-1 1. MODIFICATIONS TO EXISTING EQUIPMENT. As required, modifications to existing equipment shall be completed as specified herein and indicated on the drawings. All existing facilities shall be kept in service during construction. Temporary power or relocation of existing power and control wiring, equipment, and devices shall be provided as required during construction. Coordination and timing of outages shall be as specified in other sections of these specifications. Electrical power interruptions will only be allowed where agreed upon in advance with OWNER, and scheduling at times of low demand may be required. 3-1 1.01. Demolition. Unless otherwise specified or indicated on the drawings, all cable and all exposed conduit for power and control signals of equipment indicated to be removed shall be demolished. Conduit supports and electrical equipment mounting hardware shall be removed, and holes or damage remaining shall be grouted or sealed flush. Conduit partially concealed shall be removed where exposed, and plugged with expanding grout flush with the floor or wall. Repairs shall be refinished to match the existing surrounding surfaces. Demolished equipment shall be discarded or salvaged as indicated on the drawings and as specified in other sections of these specifications. End of Section Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -26- 134538 February 2005 ! STANDARD SPECIFICATIONS REFERENCE: UL 62. UL 1277. CONDUCTOR: 16 AWG (1.5 md). 7-strand, concentric-lay, uncoated copper. Maximum operating temperature 90°C dry, 75°C wet. Polyvinyl chloride, not less than 15 mils (380 pn) average thickness; 13 mils (330 pn) minimum thickness, UL 62. Type TFN. Twisted pair with 1-1/2 inch to 2-1M inch (38.10 mm - 63.5 mm) lay. Cable assembly, combination aluminum-polyester tape and 7-strand, 20 AWG (0.5 mm3 minimum size, tinned copper drain wire, shield applied to achieve 100 percent cover over insulated conductors. Conductor: Nylon. 4 mils (100 pn) minimum thickness, UL 62. Cable assembly: Black, flame-retardant polyvinyl chloride, UL 1277, applied over tape-wrapped cable core. One conductor Mack, one conductor white. INSULATION: LAY: SHIELD: JACKET: CONDUCTOR IDENTIFICATION: FACTORY TESTS: Insulated conductors shall meet the requirements of UL 62 for Type TFN. Assembly jacket shall meet the requirements of UL 1277. Cable shall meet the vertical-tray flame test requirements of UL 1277. Cable Details I I I Assembly Jacket Thickness. I I ._ r Maximum Outside Diameter in. Cnn in. mm Single Pair 0.045 1140 0.34 8.64 The average thickness shall be not less than that indicated above. The minimum thickness shall be not less than 80 percent of the value indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall include manufacturets name, Type TC. Type TFN, conductor size. single pair, and voltage class. 1 600 Volt, Single Pair, Shielded Instrument Cable (600-SINGLE-PAIR-SH-INSTR) 1 BLACK8VEATCH 1 Cable Data 1 Figure 4-16050 STANDARD SPECIFICATIONS Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -27- 134538 February 2005 RENCE: UL 83. UL 1277, ICEA S-58-679. CONDUCTOR: 14 AWG (2.5 mm2), 7 or 19 strands, concentric-lay, uncoated copper. Maximum operating temperature 90°C dry. 75°C wet. Polyvinyl chloride, not less than 15 mils (380 pn) average thickness: 13 mils (330 pm) minimum thickness, UL 83, Type THHN and THWN. INSULATION: I SHIELD: None. JACKET: Conductor: Nylon. 4 mils (100 p) minimum thickness. UL 83. I Cable assembly: Black, Rame-retardant polyvinyl chloride, UL 1277. applied over tape-wrapped cable core. CONDUCTOR ICEA S-58-679, Method 1, Table 2 or ICEA $584379, Method 3. Table 2. White IDENTIFICATION: or green conductors shall not be provided. FACTORY TESTS: quirements of UL 83 for Type THHN-THWN. Assembly jacket 7. Cable shall meet the flame test requirements of UL 1277 for The average thickness shall be not less than that indited above. The minimum thickness shall be no2 less than 80 percent of the values indicated above. A durable marking shall be provided on the surface of the cable at intervals not exceeding 24 inches (600 mm). Marking shall indude manufacture& name, Type TC. Type TM" or THHN, conductor size, number of conductors, and voltage BLACK a VEATCH Cable Data Figure 7-16050 Project and Location Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -2a- 134538 February 2005 .- Circuit Designation Date I Time in Minutes After Cable Installation: New __ Used -Years- Cable: Size Oper. kV - Grounded - Ungrounded ___ Rated Cable Voltage Insulation Wall 100% Test Volta (Type 8 Thickness) Conductor Jacket Wall Type 8 Thickness) (Type) Cabla Manufacturer Type of Termination Type of Splice B Location Remarks 100 Microamperes (pA) = 0.1 Milliampere APPLICATION OF TEST VOLTAGE The initially applied directcurrent voltage shall be not greater than 3.0 times the rated alternating-current voltage. The rate of increase from the initially applied voltage to the specified test voltage shall be not over 100 percent in 10 seconds nor less than 100 percent in 60 seconds. The duration of the directcurrent voltage test shall be 15 minutes for shielded cables and 5 minutes for nonshielded cables. me in Minutes After 100% Test Voltage Is Applied NOTES: 1. Plot results of tests on ail three phases on this graph. 2. Assign and indicate values for each division on the microamperes scale as required for the Circuit being tested. I Cable Test Data Form BLACK & VEATCH I Cable Data Figure 15-1 6050 Encina Basin Water Reclamation Program SCADA Integration 16050 Phase II Project -29- 134538 February 2005 I a n -I- s C w au mw c m u) 0 0 z 0 z W 0 0 c3 ci 0 00 zz om c) U v) 3 t- i$ K 0 a cv L cv 0 i 0 > m I- s cj 2 3 Q \\ r I +’ .... . . .. . . . . . . ~ ... I 3 d I i i 1 a 1 i ~ 1 I , i i i ! i E E e n m m (II S 0 S W .- v) z g W n 0 r- f i 1 ' 0 i? 0 SCADA INTEGRATION APPFNDIX 0 I gp;. E- - w I r.) a a z 4 i c-: 0 0 0 z d E2 G n 4 4 I X z 0 2 88 SCADA INTEGKA'IION 2 t c c L c I C U o( c n W K i # n 0 z 2 a ar 0 V I f a 6 Y 1 I I I 1 i i -1 B I i -1 I i I I j J i i I i i I I SCAD.4 INTEGIUTION APPENDIX 0 I I BE] B a K c: E 4 n ii U m I O W m SCADA INTEGRATION APPENDIX B SCADA INTEGR4TION APPENDIX 0 I I 99 kK:a s3h a f a SCADA INTEGRATION APPENDIX 0 I I c SCAD A INTEG RAT1 ON APP EN I) I X 6 +t T. M ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! I ! ! ! ! I ! ! ! ! ! ! ! ! I ! ! ! ! ! ! ! ! ! ! 1 ; q i= ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! 2 0 + V W v) z 0 l- t- m a 3 a n w I- 4 z w J u > u W - a a n E z m 0 a N a m 4 z l- J 3 s LL D 5: w a' u 1 0 I. t ............ I ;'.J ., Q.?.., I: iI ............................ ..............&.. ............... i ......................................... 1 ! i I I I ! I I I ! ! ! ! I ! ! I 7 I I I. I I I ! ! ! ! ! ! ! ! ! ! ! 1 -. . - . . - . . - . I 1 7 I I ! I !i Bgf -0 ;o - E@- - - - - - - - - - - j- 1 - ., ! ! .- I I ISd3-0ltl) 13NVd Sd3-OIU I O/I 310W3tl . ai3u 1" 31d NOllVlS VN13NT I dWnd 03NIHW03 I ,- -+- ;El !i ji i! j! i! !i :I i; .. i! i! ! :I ! ! ! I j ! ! g+& ! ! ! ! ! ! ! ! j I I ! ! ! ! ! ! ! ! ! ! ! ! ! ! I > U ! I- d 3 4 > LL W I- 1 0 1 I4. Y I$-[- ! f ! ! L . .- . . -. 1 .- . . ! O/I 3lON3M I 31d NOIlVlS dWnd 03NIBW03 (Sd3-OY) IWH VN13N3 05'01 COFI- > 0 0 i' P $1 S' 3- ' f -Q 21 I h I $1 U lool i' 'ir I I ?Z hI ii '. 0 \ Q I ............................................. WA MO-2269-d 340'1 3MSS3lId K" a* mo-zz6e-d 3402 3wSS3W HOH c; DWG 409-68 24 of 38 rE DWG 40968 25 of 38 DWG 409-68 26 Of 38 3 DWG 409-68 27 of 38 4- 000 00 0 0 0 n I1 DWG 409-66 28 of 38 t =' m 3 v, 4 f I a g c i I4x f i z- -I 111 I~I I~I I~I I~I I~I 191 191 19; 191 I IIIIIIIl11111111 Ill IIIIIIIl11llIIIIIIIIl CkZl 666666666666666666666 I ! \-----1 I : ! r I- &-- f 8 e 5 i 4 z- L 4 --- c 4 L 4 IB Y 1111 0 1111 u -411 0 1111 no 0 9 .. % t 1111 1111 % is{ I kl 61 tP 7- %I I w I $1 m L---_J - ----- 0 I 6 w w e I I 4 c 5 8 z Q DWG 405-7 68 Of 114 P , 1 -r t I/ t 4 4 'I li L DWG 405-7 69 of 114 J 6 I ,--k- t@ "I DWG 405-7 70 of 114 Q z 0 0 r- cn 0 z w > W Y P n 3 e m v1 I 3 n I I I I. N P e --I- 1% -__- 'I L I 3 0 \ F 3 a z 0 i a I/ b i r3( ,\ ,- DWG 403-1 6 5 Of 115 --+--- t LLLl y1 0 It dl Id 18iM -I OOVO~ II VIS II 8 R 0 DWG 403-1 B 3901115 Iw iEi II k B I d I I a-,z d I I L DWG 403-1 B 111 of 115 /I 8' I N L 3 N D L DWG 403-18 112 of 115 li I II I . .. DWG 403-1 B 113 of 115 DWG 403-1 B 114of 115 a P * N m ef t P 44 i a N i Y y1 DWG 403-1 B 115 of 115 P I sE I. e B L - . . .. I - OO+SL *VE P 'ON. I_ -1 'I - 1, I- ,- f ... ..... ...... - ...... ...... .~ ... .. z t z b i t I w f -7----- f N 1 f DWG 368-28 580f 184 ,. , -- -, ... - .I I. ' .I 't, 1 .... ,_I I. , . ..... -+ .. -. . , - . .... _,_ -. - ......... -J , .> , , 1.. .I DWG 368-28 61 of 184 DWG 368-28 62 of I84 DWG 368-28 63 of 184 31 \ 1 a SI DWG 368-28 64Ofl84 I I f I