Loading...
HomeMy WebLinkAboutValue Engineering Inc; 2005-09-26; PWS05-20 ENGI RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DQC# 2007-0225360 APR 04, 2007 1:14 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE GREGORY J. SMITH, COUNTY RECORDER FEES: 0.00 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: N/A NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on February 28, 2007. 6. The name of the contractor for such work or improvement is Value Engineering Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: North Batiquitos Lift Station Improvements, Package "B", Project No. 3809-2. 8. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD Robert T. Johnson/ Jr. Acting City Engineer VERIFICATION OF CITY CLERK the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on ^T\(Xfuc^n &1 20Q") . 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 ^np^vgJh 9H . 2C£rt . at Carlsbad, California. CITY OF CARLSBAD AB 18,942 RESO 2007-064 LORRAINE MT WOOD City Clerk Word\Masters\Forms\Notice of Completion (City) CITY OF CARLSBAD ..- San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR -c North Batiquitos Lift Station Improvements PACKAGE "B" CONTRACT NO. 3809-2 March 2005 PWSO5-20 ENG em r,# Revised 10/08/03 Contract No. 3809-2 Page 1 of 61 Pages TABLE OF CONTENTS Item Paqe . . .. Notice Inviting Bids ........................................................................................................................ 5 Contractor's Proposal ..................................................................................................................... 9 Bid Security Form .......................................................................................................................... 13 Bidder's Bond To Accompany Proposal ....................................................................................... 14 Guide For Completing The "Designation Of Subcontractors" Form ............................................. 16 Designation Of Subcontractor and Amount Of Subcontractor's Bid Items ................................. 18 Bidder's Statement Of Financial Responsibility ............................................................................ 19 Bidder's Statement Of Technical Ability And Experience ...................................................... i ...... 20 Bidder's Certificate Of Insurance For General Liability. Employers' Liability. Automotive Liability And Workers' Compensation ........................................................................................... 21 Bidder's Statement Of Re Debarment .......................................................................................... 22 Bidder's Disclosure Of Discipline Record ......................................................................... Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. 23 25 . Contract Public Works .................................................................................................................. 26 Labor And Materials Bond ............................................................................................................ 32 Faithful PerformanceNVarranty Bond ........................................................................................... 34 Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ...................................... 36 .. Revised 10/08/03 Contract No . 3809-2 Page 2 of 61 Pages SUPPLEMENTAL PROVISIONS Part 1 General Provisions . Section 1 1-1 1-2 1-3 Terms. Definitions Abbreviations And Symbols Terms .................................................................................................................... Definitions ............................................................................................................. Abbreviations ........................................................................................................ 39 40 41 Scope And Control Of The Work Subcontracts ......................................................................................................... Contract Bonds ..................................................................................................... Plans And Specifications ...................................................................................... Surveying .............................................................................................................. Authority Of Board And Engineer ......................................................................... Section 2 2-3 2-4 2-5 2-9 2-1 0 42 42 43 44 48 Changes In Work Changes Initiated by the Agency .......................................................................... Extra Work ............................................................................................................ Disputed Work ...................................................................................................... Changed Conditions ............................................................................................. Section 3 3-2 3-3 3-4 3-5 49 49 49 50 Section 4 4- 1 4-2 Control Of Materials Materials And Workmanship ................................................................................. Materials Transportation. Handling and Storage .................................................. 53 54 Section 5 5- 1 5-4 Utilities Location ................................................................................................................. Relocation ............................................................................................................. 55 55 Section 6 6- 1 6-2 6-6 6-7 6-8 6-9 Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ Prosecution Of Work ............................................................................................. Delays And Extensions Of Time ........................................................................... Completion And Acceptance ................................................................................ Liquidated Damages ............................................................................................. Time of Completion ............................................................................................... 56 56 56 56 57 57 Responsibilities Of The Contractor Liability Insurance ................................................................................................. Workers' Compensation Insurance ...................................................................... Permits .................................................................................................................. Project Site Maintenance ...................................................................................... Public Convenience And Safety ........................................................................... Laws To Be Observed .......................................................................................... Section 7 7-3 7-4 7-5 7-8 7-1 0 7-1 3 58 58 58 58 59 59 Section 9 9-1 9-3 Measurement and Payment Measurement Of Quantities For Unit Price Work ................................................. Payment ................................................................................................................ 60 60 a Revised 10/08/03 Contract No . 3809-2 Page 3 of 61 Pages Appendix A Technical Specifications Table of Contents 01 01 0 01045 01 51 0 01550 01560 01600 02050 02200 02593 02600 03200 03280 03600 051 20 05505 - 09800 -_ 11000 13234 14600 15000 15020 151 06 16000 16110 161 20 Summary of Work Cutting and Patching Temporary Utilities Site Access and Storage Temporary Environmental controls Products, Materials, Equipment and Substitutions Demolition Earthwork High Density Polyethylene Pipe Pipeline Construction Reinforcement Steel Joints in Sitework concrete Grout Structural Steel Miscellaneous Metalwork Protective Coating Equipment General Provisions Fiberglass Reinforced Plastic (FRP) Ductwork, IN-Line Fan and Hooded Ventilator Hoist Piping Components Pipe Supports Ball Valves General Requirements for Electrical Work Raceways, Boxes, and Supports 600 Volt Conductors, Wire, and Cable e* Revised 10/08/03 Contract No. 3809-2 Page 4 of 61 Pages /- CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:OO PM on April 12, 2005, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: NORTH BATIQUITOS LIFT STATION IMPROVEMENTS PACKAGE "B" CONTRACT NO. 38092 Work to be performed under this project addresses immediate improvements to the North Batiquitos Lift Station. The work includes replacement of existing cast iron sluice gates in the wet well, replacement of an access door at the wet well with a new fiberglass reinforced plastic (FRP) door and appurtenances, removal and disposal of an existing mercury float switch in the wet well, installation of an ultrasonic level sensor, installation of a combustible gas sampling pump and sensor, and installation of a surge protection device inthe electrical room. This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon bythe City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction, 2003 Edition, and the supplements thereto, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. /- The City of Carlsbad encourages the participation of minority and womenowned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (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 City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. r 6$ Revised 10108l03 Contract No. 3809-2 Page 5 of 61 Pages 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. Designation of Owner Operator/Lessors & Amount of Owner Operator/Lessor Work 6. Bidder’s Statement of Financial Responsibility 7. Bidder‘s Statement of Technical Ability and Experience 8. Acknowledgement of Addendum(a) 9. 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. 1O.Bidder’ s Statement Re Debarment 1 1. Bidder’s Disclosure Of Discipline Record 12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer‘s Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer’s Estimate is $236,880. Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: “A, General Engineering 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, supplemental provisions, and Contract documents may be obtained at the Cashier’s Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $30.00 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. 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. em tp Revised 10/08/03 Contract No. 3809-2 Page6of 61 Pages Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. - The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 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. A pre-bid meeting and tour of the project site will notbe held. 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 on this project. The Contractor shall provide bonds to secure payment of laborers and materials 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 dolars ($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 by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). tp Revised 10/08/03 Contract No. 3809-2 Page 7 of 61 Pages These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admtted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, orother instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. - If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A:V 2) Are admitted and authorized to transact the business of insurance in the State of Californiaby 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, whetherowned, 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. e- Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' corn pen sat i on i nsu rance . The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeitel. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2005-025, adopted on the 1" day of February, 2005. ISABELLE PAULSEN, CMC Deputy Clerk DATED: February 25,2005 r <$ Revised 10/08/03 Contract No. 3809-2 Page 8 of 61 Pages CITY OF CARLSBAD I r. I NORTH BATIQUITOS LIFT STATION IMPROVEMENTS PACKAGE “B” CONTRACT NO. 3809-2 City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental 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. 3809-2 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: Item - No. A- 1 Description SCHEDULE “A” LIFT STATION IMPROVEMENTS Approximate Quantity Unit and Unit Price Total Total amount of bid in numbers for Schedule “A: $ z 170 I/ The basis of award will be the sum of Schedule “A - Price(s) given above are firm for 90 days after date of bid opening. Addend u m (a) No( s) . ,z- hadhave been received and islare included in this - proposa I. - The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. 4. *w ES Revised 10/08/03 Contract No. 3809-2 Page 9 of 61 Pages I - The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. - The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do a contractor within the State of C lifornia, validly licensed under , classification which expires on , and that this statement is true and correct and has the legal effect of _. an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.1 5(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 201 04. The Undersigned bidder hereby represents as follows: -. 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted hidher to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and - 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. - .- Accompanying this proposal is Cashier's Check) for ten percent (10%) of the amount bid. (Cash, Certified Check, Bond or The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. a Revised 10/08/03 Contract No. 3809-2 Page 10 of 61 Pages License Detail Page 1 of2 License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License ## 7901 90 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 0411 912005 * * * Business Information * * * VALUE ENGINEERING INC 603 GARRISON STREET SUITE B OCEANSIDE, CA 92054 Business Phone Number: (760) 754-3313 Entity: Corporation Issue Date: 01/22/2001 Expire Date: 01/31/2007 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Description r, ... ^" ......,. ~. . ... . . . .,....., . ". . ... . ... " IA [GENERAL ENGINEERING CONTRACTOR * * * Certifications * * * icert i Description @~Z~ERE~E~UBSTANTESXEMOVAL http://www2 .cslb.ca.gov/CSLB~LIBRARY/License+Detail.asp 04/19/2005 License Detail Page 2 of 2 __ ~~ * * * Bonding Information * * * CONTRACTORS BOND: This license filed Contractor's, Bond number 9036644 in the amount of $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) DOUGLAS LLOYD DEROUIN certified that he/she owns 10 percent or more of the voting stocwequity of the corporation. A bond of qualifying individual is not required. Effective Date: 01/2212001 * * * Workers Compensation Information * * * This license has workers compensation insurance with the VIRGINIA SURETY COMPANY, INC. Policy Number: 00500026788 Effective Date: 01/01/2005 Expire Date: 01/01/2006 Workers Camp- Personnel listed on this license (current or disassociated) are listed on other licenses. - Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request 0 2005 State of California. Conditions of Use Privacy Policy http://www2 .cslb.ca.gov/CSLB-LIBRARY/License+Detail.asp 04/19/2005 Personnel List Page 1 of 1 License Number Request Personnel List CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor Name Request Personnel Name Request Contractor License ## 7901 90 Salesperson Request Click on the person’s name to see a more detailed page of information on that person. Salesperson Name Request DOUGLAS LLOYD DEROUIN RMO/CEO/PRES 01/22/2001 A More 1 01 /22/2001 I 1 JULIA ANN DEROUIN OFFICER [LOREEN MARIE SPINK OFFICER 0 1 /22/2001 .- http://www2.cslb.ca.gov/CSLB~LIBRARY/Personne1+List.asp?LicNum=790 1 90 04/19/2005 c- 'E IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted V 4 kZ- - 2 c /f&L6l CL? u/ (2) Signature (given and surname) of proprietor (3) Place of Business A0 3 5.. 54. B v (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted (Title) Revised 10/08/03 Contract No. 3809-2 Impress Corporate Seal here Page 11 of 61 Pages - ,-- -. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of sd &-& &%?< before me, Date appeared Name@) of Signer@) L- 7 mersonally known to me to be the person($) whose name@) is/- subscribed to the within instrument and acknowledged to me that he/&&hey executed the same in his/mr authorized capacity@+, and that by hi- signaturem on the instrument the person&), or the entity upon behalf of which the person($) acted, executed the instrument. ,WITNESS mv hand and official seal. Place Notary Seal Above Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: 0 Individual CI Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Signer’s Name: 0 Individual 0 Corporate Officer - Ttle(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator Other: Signer Is Representing: I I I I 0 2004 National Notary Association * 9350 De Soto Ave., P.O. Box 2402 Chatsworih, CA 91313-2402 Item No. 5907 Reorder: Call Toll-Free 1-800-876-6827 (3) (4) incorporated under the laws of the State of e++ Place of Business 66J 7 (Sreet and Number) (5) ZipCode qz dy? Telephone No. Fi J - 7rv+r/ 1 .I sy 33 f3 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: ? Revised 10/08/03 Contract No. 3809-2 Page 12 of 61 Pages *+- BID SECURITY FORM (Check to Accompany Bid) NORTH BATIQUITOS LIFT STATION IMPROVEMENTS PACKAGE “B” CONTRACT NO. 3809-2 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ )I this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (1 0%) of the total amount of the bid.) Revised 10/08/03 Contract No. 3809-2 Page 13 of 61 Pages *(....- c .. .. BIDDER’S BOND TO ACCOMPANY PROPOSAL I NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS PACKAGE “B” CONTRACT NO. 3809-2 KNOW ALL PERSONS BY THESE PRESENTS; That we, VALUE ENGINEERING, INC . , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: * for which (must be at least ten percent (10%) of the bid arnount)TEN PERCENT OF THE AMOUNT payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS PACKAGE “B” , as Principal, and WESTERN SURETY COMPANY *BID CONTRACT NO. 3809-2 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obtigation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. ... m.. ... ... ... ... *.. .,. ..I ... ... ... ... .,. *,a ... ... ... ... Revised 10/08/03 Contract No. 3809-2 Page 14 of 61 Pages -- In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. .. Executed by PRINCIPAL this 1' ' day of &I ,20L5 PRINCIPAL (TitzMyon of Signatory) BY. (sian re) Executed by SURETY this 18th day of APRIL ., 204L. SURETY WESTERN SURETY COMPANY (name of Surety) 2355 E. CAMELBACK RD., STE 500 PHOENIX,AZ (address of Surety) 85016 (602) 212-3216 (telephone number of Surety) signature of Attarney-in-Fact) (printed name of Attorney-in-fact) SHAWN BLUME c (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretaty or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney @ Revised 10/08/03 Contract No. 3809-2 Page 15 of 61 Pages .. A- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Signer's Name: 0 Individual 0 Corporate Officer - Title(s): State of California County of + rei& } SS. before me, &m&e Name and Title of Officer d6gA (e g , "Jane Doe, Notary Public")/ .';c, # OPOiL&+ I c Signer's Name: El Individual 0 Corporate Officer - Title(s): dpersonally known to me to be the person0 whose name& is/;wcsubscribed to the within instrument and acknowledged to me that he/sbedtlGy executed the same in hisl(llerfmetr authorized capacity/), and that by his- signature ) on the instrument the person($), or the entity u b" on behalf of which the person($ acted, executed the instrument. Place Notary Seal Above Signature of Notary hblic' 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: State of California County of RIVERSIDE } ss. R. CISNEROS On , before me, Name and Title 01 Officer leg Jane Doe Notary Public') SHAWN BLUME personally appeared .- Name(s) of Signer(s) EZ personally known to me 0 proved to me on the basis of satisfactory evidence to be the personN whose name(& is/= subscribed to the within instrument and acknowledged to me that he/- executed the same in his/hedtheT authorized capacity(W, and that by his/- signature[s-)-on the instrument the person(s), or the entity upon behalf of which the person@' acted. executed the instrument. WITNESS my hand and official seal. - Signature of Notary Public q- b Place Notary Seal Above 0 PTIO NA 1 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: 17 Individual LI Corporate Officer - Title(s): IJ Partner - U Limited E General I? Attorney in Fact L' Trustee i7 Guardian or Conservator !7 Other: Signer Is Representing: Top of thumb here '4 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 Firemez'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 Act was Zero Dollars ($0.00). c DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable suretyhnsurer deductible. rc Form F7310 Western Surety Company POWER OP ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Susan C Monteon, Michael D Stong, Rosemary Cisneros, Shawn Blume, Individually of Riverside, CA, its true and lawful Attorney@)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the Corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 6th day of October, 2003. WESTERN SURETY COMPANY Paul fBmflat, Senior Vice President State of South Dakota County of Minnehaha On this 6th day of October, 2003, before me personally came Paul T. Bruflat, to me known, who, bemg by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. tsssssssssssssssssss~sssst My commission expires r z D. KRELL November 30,2006 @):~g:~g:(pJ~ r tssssssssss*sssssss4sssst CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this &* day of A-0 ri\ LzkZ2c Form F4280-01-02 Authorizing By-Law r”- ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such oflicer and the corporate seal may be printed by facsimile. .' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } SS. (3Rrrzl clc_ (2. cu L-4, flwy WJ ' Name and Title of Officer (e g , "Jane Doe Notary dublic") On 13tF(Z1L\qFvbefore Date me, personally appeared 1 .. Name(s) of Signer@) Place Notary Seal Above El personally known to me &roved 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 he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. S my hand nd official seal wlpk=uL /B.- 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: Capacity(ies) Claimed by Signer(s) Signer's Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General Attorney in Fact Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Signer's Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: I I I 0 2004 National Notary Association * 93% De Solo Ave., P.O. BOX 2402 * Chatswotth, CA 91313-2402 Item No. 5907 Reorder: Call Toll-Free 1-800-876-6827 -_ 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 Greenbook 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 forces 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 provide complete and correct information may result in reiection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The 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. 3809-2 Page 16 of 61 Pages Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. 7 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. 3809-2 Page 17 of 61 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS NORTH BATIQUITOS LIFT STATION IMPROVEMENTS PACKAGE "B" CONTRACT NO. 3809-2 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor's License No.* gs'' ' ?-- Page [ of 1 pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." 43 Revised 10/08/03 Contract No. 3809-2 Page 18 of 61 Pages BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS PACKAGE "B" CONTRACT NO. 3809-2 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. 4- - -- Revised 10/08/03 Contract No. 3809-2 Page 19 of 61 Pages 11:39AM 04/19/05 - Accrual Basis Value Engineering, Inc. Summary Balance Sheet As of December 31,2004 ASSETS Current Assets C heckinglsavings Accounts Receivable Other Current Assets Total Current Assets Fixed Assets TOTAL ASSETS LIABILITIES 8 EQUITY Liabilities Current Liabilities Accounts Payable Other Current Liabilities Total Current Liabilities Long Term Liabilities Total Liabilities Equity TOTAL LIABILITIES 8 EQUITY Dec 31,04 28,160.34 578,584.90 333,027.96 939,773.20 105,187.1 8 1,044,960.38 535,106.71 202,500.00 737,606.71 173,798.87 91 I ,405.58 133,554.80 1,044,960.38 Page 1 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS PACKAGE “B” CONTRACT NO. 3809-2 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge hidher responsibility, experience and skill. An attachment can be used. Revised 10/08/03 Contract No. 3809-2 Page 20 of 61 Pages BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) NORTH BATIQUITOS LIFT STATION IMPROVEMENTS PACKAGE “B” -4 CONTRACT NO. 3809-2 As a required part of the Bidder’s proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer’s Liability 2) Statement with an insurance carrier’s notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer’s Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. - All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. Revised 10/08/03 Contract No. 3809-2 Page21 of 61 Pages ACORD, CERTIFICATE OF LIABILITY INSURANCE .-." __ VISTA, CA 92081 -. I INSURED VALUE ENGINEERING, INC 603 GARRISON STREET, STE B OCEANSIDE, CA 92054 D@TE(MHIDDC)PIYYV) 06L26ROO5 INSURERS ILFFORDFNQ COVERCLGE INSU~ER B: PRoGRESSlVE,,CAS,UJLTY INS CO INSURER c: WESTERN HERITAGE INSURANCE co ...... - ... ... INW.ER A: EVEREST IC?EEMNI--. i INSURER D: VIRGINIA. . SUJETY COMPANY,, INC ....... PRODUCER 760-758-9600 ~ PEDDIE 8 ASSOC INSURANCE I 620 S MELROSE DR 620 S MELROSE DR INSURERS ILFFORDFNQ COVERCLGE NAlC # ... .......... ........... ....... ... INSU~ER B: PRoGRESSlVE,,CAS,UJLTY INS CO - .. A INSURER c' WESTERN HERITAGE INSURANCE co A THIS CERTIFICATE IS ISSUED hS A MATTER OF INFORMATION ONLY AND CONFERS NO RIOHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMENO. EXTEND OR ALTER THE COVERAQE AFFORDED BY THE POLICIES BELOW. IA 8M IP COVERAGES ! THE POLICIES OF INSURANCE LISTED BELOW HaVE BEEN ISSUED TO THE INSURED NRYED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING f REQUIREMENT, TERM OR CONDITION OF ANY CanlTRACT OR OTHER WCUMENT WlTFl RESPECT TO WHICH THIS CERTlF ICATfE MAY BE ISSUED 04 7 PERTAIN, THE INSURANCE AFFORDED BY THE POI.ICIES DESCRfBED HEREIN IS SUB.JECrr TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH .ICIES llGGREGATE LIMITS SHOWN MAY HPVE REEN REDUCED BY PAID CLAIMS. I I 'I -- .- ___I ........... .... - GEN'I. AGGREGATE LIMIT APPLIESFER: -1 POLICY I '1 I 1 LOC AUTOHOBrCE WBILITI k- 5CHEDULEL) AUT= ANY AUTO CA-0-16-12478-0 ALL OWNED AUTOS x IIIREDAUTOS ik GARAGE LIABIUW ANYAUTO h EXCESBNMBRELU LiamLiw 1 OCCUR CVIlMS MADE DEDUCTIBLE ROENTION $ WORKERS cowmw,noN~~~ 0 EMPLOYERS LIAALIN 005-00020724 ANY PROPRI ETONPAFTNEWGXGCUTIVE DFFICERhlEMBER EXCLUDE07 lf&:,dczcrlbe undcr FAAL rRwiwoNs below , ;OTHER PROFERM DAMAGE I (Fer rcc~den~ 1 AUTOONLY I EAMXIDENT I E _I OTHERTHAN ?- _________ AGG E AUTOONLY S _- ...... I Is 08/28/05 $60.000, LEASED EQUIPMENT, $30,400. SCHEDULED EQUIPMENT 6 SCPO539488 ENVIRONMENTAL CONTRACTOR: 30 DAY NOTICE OF CANCELLATION EXCEPT FOR NON PAY 10 DAY NOTlCE. CERTIFICATE HOLDIIR ICs ADDITKMAL INSURED CITY OF ChRLSBAD ITS OFFICIALS, EMWOYEES ANDVOLUNTEER6 ARE NAMFDDILB &DbWOWL INSUREDHEREUNDER AS RESPECTS LIABILIlY ARISING OUT OF ACTIVITIES PmFORMED By OR ON BEHALF OF THE NAMED INSURED COVERAGE UNOE9 THIS POLICY EhAI I. RE PRIMARY INSURANCE PSQESWCTS THE CITI. ITS OFFEIALS. EMPLOYEES ANDVOLUNTEERS MIS POLICY WILL NOT 5C CANCELED, MATERIALLY CHANGED NOR THE AMOUM OF CDVRAGE REWCFD UNnl. THIRTY 1-37) OArP WER RECEIPT OF WRllTEN NOTICE OT CANCELLATION OF REDUCTION H GOWWGE BY THE ciry CLERK or THE CIM OF CARLSE~AD U\LIFORNY CERTIFICATE HOLDER CANCELLATION SHOULD &MY OFTHE &BOW OEXRtBEO POUCIES BECANCRLED EEFORE TME EXPIRATION DhTE THEFEOF. THE ISSUING NSURER WILL ENDWWR TO HIlC 30 MY3 WRITTEN NOTICE TO THE CERTIFICATE MOLDER NAMED THE LEFT, BUT FAILURE TO DO SO SHALL CIN OF CARLSBAD CARLSBAD, CA 92008-731 4 r 1635 FARADAY AVENUE I 0 CORPORATION 1988 ACORD 25 (2001108) PAGE 03 e * POLICY #, 4000001805-051 COMMERCfAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ If CAREFULLY. ADDITIONAL lNSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR -- ORGANIZATION This endorsement modifies insurance prodded under the fobwing: Cf TY OF CARLSBAD 1635 FARADAY AVEMUE 'COMMERCIAL GENERAL LIABILITY COVERAGE PART CARLSBAD, CA 92008-7314 SCHEDULE ~ Name of Person or Organua&: Any person or organlzatipq that is: 7. An owner of real or personal property on which you are'pedormfffg aperalrons, of 2. A contractor on whose behalf you are performing operations, but only at the specific written request by that person or organtzatjon to you, and if: 7. That request is made prior to the date your operations for that person or organization commenced; and 2. A certificate of insurance evidencing that request is on file with, or received by, us prior to sixty days after the end of tne policy penod for Chis insucam. 1 1 (If no ehtry appears above, infmnation required to complete this endorsement will be shown In me Declaratlons as applicable to this endorsement.) A. Section I1 - Who Is An Insured is amended to include as an insured the person or organbation shown in the 'Schedule. but only with respect to liability arising out of your ongoing dperatians perFormed for that insured. 8. With respect to the insurance afforded to these additional insureds. the following exclusion is added: 2. Exclusians This insurance does not apply to "bodily Injury" or "property damage" occurring after: {I) All work, including materials, pads or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed "by or on behalf QF the additional Insured(s) at the site of the covemd aperations has been (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 organization other than another contractor or subcontractor engaged in performing operations for a princlpal as a part of the same project, COfT7plRbd; Of CG 20 ID 10 01 0 IS0 Properties, Inc., 2000 Pagelof1 CY PAGE 04 POLICY # 4000001805-051 r- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL JNSURED-- OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: EITY OF CARLSBAD 1635 FARADAY AVENUE PROFESSIONAL LIABJL.ITY COVERAGE PART CARLSBAD, CA 92008-7314 SCH E DUE - -"I --...-. ! Name of Person or Organization: 1 Any person or organization :hat is: ! ' 1 but only at the specific written request by [ha: person or organization to you. and only if: I 1, That request is ' 1, 2. An owner of real ar,petsonal property on which you are providing "professional services", or A contiactor on whose behalf you are providing "professional services", i prior to the date !!our "professional services" for that person or organization corn. menced; and 2. A certificate of insurance evideccing that requcsi is on file with, or received by, us prior to sixty days after the end of the policy period for this insurance. _.I----- ---I..,.. i (- I-.._-- (If no entry appears above. ir?formation required to complete this endorsement will be shown in the Declarations as applicable In this endorsement.) A, 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 (0 liability arising out of your ongoing "professional services" performed for tnat insured. 5. With respect to the insurance afforded to these additional msureds, the fallowing exclusion is added: 2. Exclusions This insurance does not apply to any "c!aim" that results from injury or damage occiirring after (7) AI[ "professional services". including materials, parts or equipment furnished in connection with such services, on the project (other than maintenance or repairs) to be performed by or on be- half of the additional fnsured(s) at the site of the covered operations tias been completed; or (2) That portion of "your work" out cf which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in performing operations for a principal as a part of the same project Page 1 of1 i: PAGE 05 1, That request is made prior to the date your operations for that person or organization commenced; and 2. A certificate of insurance evidencing that request is on flle with, or received by, us prior to sixty days after the end of the policy period for this insurance. I POLICY # 4000001805-051 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR - CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: CITY OF CARLSBAD 1635 FARADAY AVENUE CONTRACTORS POLLUTION LIABILITY COVERAGE PART CARLSBAD CA 92008-731 4 SCHEDULE A. Sectlon 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 per- formed for that insured. 6. With respect to the insurance afforded Co these additional insureds, the followlng exclusion IS added, 2, Exclusions This insurance does not apply to "bodily in- jury" or "property damage" occurring after. (g) All work, including materials, parts or equlpment 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($) at the site of the cov- ered operations has been completed; or (Z} That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in performing operations for a principal as B part of the same project. ECG 20 503 10 01 Copyright fverest Reinsurance Company, 2002 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page1 of 1 u REQUEST FORM - AUTO LIABILITY FACTORS IN SUPPORT OF REQUEST TO MODIFY AUTOMOBILE INSURANCE REQUIREMENT(S) Generally, a modification to the coverage requirement will be accepting a lower limit of coverage or waiving the requirement(s) entirely. Requested by: Mark Biskup, PW Engineering-Design - (Name and Department) (Date) The proposed modification(s) to the insurance requirement for North Batiquitos Lift Station Improvemets, Packagt “B”, Contract No 3809-2 (Name of contract) Coverage in the amount of: $ ad Wave “anv vehicle” coverage, see letters attached. FACTOR(S) IN SUPPORT OF MODIFICATION(S) (check those that apply) R Category Assumption(s) NA: Category assumptions are not applicable. [explain] * R No Auto Use Required: All work is done off-site and/or requires no use of an automobile.* [this is not necessary if evident in scope of work] *c o Amount of driving required: Occasional meetings with staff or one/few site visits for a service such as maintenance. * R Significance of Contractor: Contractor has previous experience with the City that is important to the efficiency of completing the scope of work and the quality of the work-product.* Significance - of Contractor: Contractor has unique skills and there are few if any alternatives. [explain: include number of candidates RFP sent to and number responded ifapplicable]* Contract Amount/Term of Contract: $236,800. Work will be completed over a period of 120 davs from notice to proceed. * k/Other*:-Contractor wishes to have requirement of “any vehicle” coverage waved, claiming it is beyond what their carrier willprovide a company of their size. They request that we accept a letter of guaranty stating that all vehicles used on the project will be covered under their policy.(see attached letters) * “Employment” below must be completed. R Employment: There is a negligible chance that the City will be liable for damages related to a vehicle accident because the risk of a finding that the Contractor is emplxed by the City is negligible. [explain] c - R Approved by City Attorney for this contract only: (Signature) Y C:\Ternp\professionalservicescontracts.doc 11 .- 603 Garrison Street . Suite B Oceanside, CA 92054 Phone; 760-754-3313 Fax: 760-754-3358 - VALUE ENGINEERING PAGE ai TO: Mark Biscup From Marsha Jamagin Fax: 760602-8562 Date: September 14,2005 Phone: 760-602-2763 Pages: 2 Re: Waiver - Auto Requirements cc: 0 Urgent x For Review Please Comment 0 Please Reply 0 Please Recycle rc .Comments: Mark; Per our discussion, here is a letter from our insurance agent We are requesting a waiver from any auto requirement, as all the vehicles performing on this project will be covered under this existing policy. If you have any questions, please feel free to contact me at (760) 754-3313. Thank you! Marsha .. ,- 603 Garrison Street, Suite B Oceanside, CA 92054 (760) 754-331 3 Phone (760) 754-3358 Fax PAGE ai .. . City of Carlsbad Mr. Mark Biskup Project Manager 1 63 5 Faraday Avenue Carlsbad, CA 92008-73 14 Date: September 14,2005 .. . Subject: Request for Waiver Re: Project No. 3809-2, North Batiquitos Lie Station Improvements Dear Mr. Biskup: Our insurance agent has assured Value Engineering, Inc. that the auto insurance coverage we are providing will insure every vehicle that will be used on-site to manage this project. We work for several cities and counties and public works agencies throughout the state and our coverage has never been rejected. We are looking forward to working with you on this project, Sincerely, Douglas Derouin President VALUE ENGINEERING PAGE 82 620 S Mc!msa: Mc. Stlitr 100, Viaa. Ca 3MMl Phew 7611-758-960 Fax: 760-758-9585 September 112,2005 Value Engineetiiig, lnc: current auto poky with Prqpssive lias covcrage on tbe follcl~ving vcliicles: vehicles that YOU own, vehicles that you rent, vehicles that yiw hrc and vehicles that your employees uw that all of the vehicles your company would use to complete the job for the City of Carlshad would be covered under pur ciinent policy If you‘have any firrther questions, please calf me at 760-758-4600. c tk job site. It would sccm L BIDDER’S STATEMENT RE DEBARMENT (To Accompany Proposal) NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS PACKAGE “B” CONTRACT NO. 3809-2 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? 2) If yes, what wadwere the name(s) of the agency(ies) and what wadwere the period@) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. period of debarment BY CONTRACTOR: A By: c/c 0.A (sign here) I ndGd4 I^> Q@bi (print namehitle) Page of pages of this Re Debarment form Revised 10/08/03 Contract No. 3809-2 Page 22 of 61 Pages - c BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) NORTH BATIQUITOS LIFT STATION IMPROVEMENTS PACKAGE “B” CONTRACT NO. 3809-2 Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? 2) Has the suspension or revocation of your contractors license ever been stayed? Y 3) 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? ‘4 no 4) Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Work ever been stayed? + no Yes 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed attach additional sheets Page C -J/ pages of this Disclosure of Discipline form @ Revised 10/08/03 Contract No. 3809-2 Page 23 of 61 Pages BIDDER’S DISCLOSURE OF DISCIPLINE RECORD, (CONTINUED) (To Accompany Proposal) NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS PACKAGE “B” CONTRACT NO. 3809-2 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. .- (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: By: (print namehitle) -/ Page - of pages of this Disclosure of Discipline form Revised 10/08/03 Contract No. 3809-2 Page 24 of 61 Pages Company Profile Page 1 of 2 bompany Profile WESTERN SURETY COMPANY P.O. BOX 5077 SIOUX FALLS, SD 571 17-5077 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable toLocate the Agent for Service of Process? Reference Information NAIC #: 13188 NAIC Group #: 0218 California Company ID #: 0761-7 Date authorized in California: Company Type: Property & Casualty State of Domicile: SOUTH DAKOTA July 29, 1930 License Status: UNLIMITED-NORMAL 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. LIABILITY SURETY Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies http://cdinswww.insurance .ca. gov/pls/wu~coqrof/idbcogrof~utl. get-coqrof?p-EID=2977 04/19/2005 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMllTED WITH BID PUBLIC CONTRACT CODE SECTION 71 06 NORTH BATIQUITOS LIFT STATION IMPROVEMENTS PACKAGE “B” CONTRACT NO. 3809-2 State of California ) ) ss. ) @ c &ffL (;. I ’df , being first duly sworn, deposes J (Name’d Bidder) and says that he or she is (e P rCCf Af- I (Title) -- e 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. I declare under penalty f perjury that correct and that this affidavit was executed on the /di day , 20 crf. Signature of Bidder Subscribed and sworn to before me on the ,20 os Page 25 of 61 Pages # I City of Carlsbad March 24,2005 ADDENDUM NO. 1 RE: NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS, PACKAGE "B", CONTRACT NO. 3809-2 Please include the attached addendum in the Notice to BiddedRequest for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. REVIN- DAVIS Buyer KD:rh Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 [Jdd-J Bidder's Signature 1635 Faraday Avenue Carlsbad, CA 92008-731 4 (760) 602-2720 FAX (760) 602-8562 @ I ,. - CITY OF CARLSBAD North Batiquitos Lift Station Improvements Contract No. 3809-2 ~~ ....... ~~~~~ ~~ ~~ .... . .~~ Package “B”. ~~~~ ~ ~ - Addendum No. I From: Mark Biskup, Project Engineer Phone: (760) 602-2763 Fax: (760) 602-8562 Date: March 24,2005 Bid Opening Date: April 12,2004 4:OO pm REVISIONS TO BID DOCUMENTS: The following clarifications and additions shall be made a part of the contract documents for Contract No. 3809-2. Delete: second paragraph on page 5 under City of Carlsbad, California Notice Inviting Bids. Replace with: Work to be performed under this project is comprised of Civil, Mechanical, Structural and Electrical improvement to an existing wastewater lift station. New aluminum hatches will be installed for improving wet well and dry well access aspart of this work. Two additional openings will be installed in the wet well for providing access to pump boxes. The work in the contract also includes installation of a supply fan, foul air ductwork, an exhaust fan, and foul air discharge stack as part of wet well ventilation improvements. Electrical work includes relocation of existing conduits in the dry well, installation of new conduits for supplyingpower to the exhaust fan and a Iuminaire to be located at the top of the foul air discharge stack. A hydraulic hoist in the lower level of the dry well to enable operators to remove pumps will also be supplied aspart of this contract. p, **: I City of Carlsbad April 7, 2005 ADDENDUM NO. 2 RE: NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS, PACKAGE "B", PROJECT NO.: 3809-2 Please include the attached addendum in the Notice to Bidder/Request for Bids YOU have for the above project. Please note change in due date for the above-mentioned bid. New date for bid opening is: APRIL 19,2005 -- Time remains the same: 4:OO p.m. This addendum--receipt acknowledged--must be included to your bid when your bid is su brnitted. Buyer KD:rh I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Biddemignature @ 1635 Faraday Avenue - Carlsbad, CA 92008-7314 (760) 602-2730 - FAX (760) 602-8562 From: CITY OF CARLSBAD North Batiquitos Lift Station Improvements Package “B” Contract No. 3809-2 Addendum No. 2 Mark Biskup, Project Engineer Phone: (760) 602-2763 Fax: (760) 602-8562 Date: March 24,2005 Bid Opening Date: April 19,2004 4:OO pm (Revised) REVISIONS TO BID DOCUMENTS: The following revisions shall be made a part of the contract documents for Contract No. 3809-2. Revise: Material and design details on sheet 6 (S-2) and sheet 7 (S-3) of Drawing No. 415-2B7 according to the attached Exhibit “A”. For sheet S-2 details, note, any information not called out on the hand sketches of Exhibit “A”, will remain the same as shown on the original S-2. Revise: Bid Opening Date from April 12,2005 4:OO p.m., to April 19,2005 4:OO p.m. ,- - EXHIBIT “A” ADDENDUM NO. 2 i NBLS Improvements- Package “B” I Contract No. 3809-2 Page 2 of 3 NBLS 4/05 177- z 3 ‘3 /- WONG ENGINEERING STRUCTURAL 8 BRIDGE ENGINEERS N Ecs Sroject: Designed: -1 1 9968 Hibert Street, Suite 202 San Diego, CA 92131 J’ Checked: Page: . proj. #: 177-=, .- (858) 566-31 13 FAX (858) 566-6844 I I .~ I EXHIBIT “A” c ADDENDUM NO. 2 I ~ NBLS Improvements- Package “B” Contract No. 3809-2 Page 3 of 3 )I % Plh. ss Svc‘rS 16‘. OG S7-W i 0 ‘I cwscrive ) C6 X’3 , bnur- wcr scow -UP VerAtL FOG VSL. ccx 13 CONTRACT PUBLIC WORKS This agreement is made this day of between the City of Carlsbad, California, a municipal corpordtion, (hereinafier called "Cit)l'), , 20-y by and and VALUE ENGINEERING INC. whose principal place of business is 603 GARRISON STREET, SUITE 6. OCEANSIDE CA 92054 (hereinafter called "Contractor"). City and Contractor agree as bllows: 1. for: Description of Work. Contractor shall perform all work specified in the Contract documents NORTH BATIQUITOS LIFT STATION IMPROVEMENTS PACKAGE "B" CONTRACT NO. 3809-2 (he rein after cal led " p roject") c- 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, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." I em \# Revised 10/08/03 Contract No. 3809-2 Page 26 of 61 Pages 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 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. T 5. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. Independent Investigation. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 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. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. *- a Revised 10/08/03 Contract No. 3809-2 Page 27 of 61 Pages 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. - 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests _- separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91 -403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. #-- Revised 10/08/03 Contract No. 3809-2 Page28of 61 Pages (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. - a. The City, its officials, employees and volunteers are to be covered as additional insured as 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 City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. to the City, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. I (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403. @ Revised 10/08/03 Contract No. 3809-2 Page 29 of 61 Pages (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) in the Contractor's bid. Cost Of Insurance. The Cost of all insurance required under this agreement shall be included 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 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. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (6) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontrac- tor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. a init 9 init @ Revised 10/08/03 Contract No. 3809-2 Page 30 of 61 Pages 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. -_ 13. Labor Code Provisions. The provisions of Part 7, Chapter 1 , commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 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 AlTACHED - (CORPORATE SEAL) By: d /-b the By: By: (sign he@ (print name and title) firm@ 3 QWR6 ,,& 5sarmeq W President or vice-president and secretary or assistant secretary must sign f one officer signs, the corporation must attach a resolution certified by the Secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL a Revised 10/08/03 Contract No. 3809-2 ATTEST: Page31 of 61 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - } SS. State of California County of 4 31. wo On personally appeared personally known to me L roved to me on the basis of satisfactory evidence to be the persons whose nameCs) &are subscribed to the within instrument and acknowledged to me that Mthey executed the same in tWhr/their authorized and that by -heir zz?!n the instrument the person(s), or the entity upon behalf of which the persort@ acted, executed the instrument. Signature of Notary Public I 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 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 Guardian or Conservator 0 Other: Signer Is Representing: 0 1999 National Notary Association * 9350 De Sot0 Ave., P.0 BOX 2402 ChatswoRh. CA 91 313-2402 w.NationalNotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-8766827 BOND NUMBER 58626815 PREMIUM INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND - WHEREAS, the City Councif of the City of Carlsbad, State of California, by Resolution No. 2005474, adopted JUNE 7,2005 , has awarded to VALUE ENGINEERING, INC. (hereinafter designated as the "Principal"). a Contract Tor: NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS PACKAGE "B" CONTRACT NO. 3809-2 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractor$ shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE. VALUE ENGINEERING INC. 1 as Principal, (hereinafter designated as the "Contractor"), and WESTERN SURETY COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of TWO HUNDRED FORTY SEVEN THOUSAND ONE HUNDRED SEVEN? Dollars ($247,170), said sum being an amount equal to; One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, - ~--*- and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or hislher subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the 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 attorneys 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 Civil Code section 3181, 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 accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. a Revised 10/08/03 Contract No. 3809-2 Page 32 of 61 Pages I In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from itsubligations under this bond. Executed by SURRY this 29th day JUNE ,20-. 05 Of SURETY: WESTERN SURETY COMPANY ._ (name of Surety) 2355 E. CAMELBACK RD., STE 500, PHOENIX AZ (address of Surety) 850 6 (602) 212-3216 (telephone number of Suretvl 1. /.ell (title and organft@m of signatory) (signature of Attorney-in-Fact) SHAWN BLUME (printed name of Attorney-in-Fact) (attach corporate resolution showing current power 6 2.i) (print name here) of attorney) - (title @organbation of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney . Revised 10/08/03 Contract No. 3809-2 Page 33 of 61 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .c } SS. Name and Title 01 Officer (e g , 'Jane Doe Notary Public') Name@) of Signer@) 0 personally known to me $proved to me on the basis of satisfactory evidence to be the person(s) whose name@ idare subscribed to thb-within instrument and acknowledged to me that h&k/they executed the same in hiEUtenqheir authorized capacity(ies), and that by hisCkerltheir signatureson the instrument the persono, or the entity upon behalf of which the person@ acted, executed the instrument. 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 Atta Title or Type of Docume 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 0 1999 National Notary Assouation * 9350 De Soto Ave.. P.O. Box 2402 * Chatsworth, CA 91313-2402. www.NationalNotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT -c- I State of California 8 '4 R. CISNEROS Name and Title of Officer (e g , 'Jane Doe. Notajy Public") 'h On b/sq/t5 , before me, 8 SHAWN BLUME personally appeared Name@) of Signeds) 9 personally known to me proved to me on the basis of satisfactory evidence to be the personfl whose nameM is/- subscribed to the within instrument and acknowledged to me that helsbftbq executed the same in his/- authorized capacity{@, and that by his/- signatureHon the instrument the person(*, or the entity upon behalf of which the personw acted, executed the instrument. Place Notary Seal Above ESS my hand and official seal. Signature of Notary Public OPTIONAL Though the informabon below is not required by law, it may prove valuable to persons relying on the docurnent 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 D Guardian or Conservator 0 Other: NOTICE r; 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 Ccmpany of Reading, PA4, The Firemen's Insurnsce Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts certified under the Act was Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable suretyhnsurer deductible. Form F7310 Western Surety Company ,- POUTER OF ATTORNEY APPOINTING INDMDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Susan C Monteon, Michael D Stong, Rosemary Cisneros, Shawn Blume, Individually of Riverside, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 6th day of October, 2003. WESTERN SURETY COMPANY Paul VBruflat, Senior Vice President State of South Dakota County of Minnehaha On this 6th day of October, 2003, before me personally came Paul T. hIflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. tsssssssss*ssssssssssssss~ My commission expires z I D. KRELL November 30,2006 tsssssssssssssssssssssss+ D. Krell, No- Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in I have hereunto subscribed force, and further certify that the By-Law of the corporation rin on the reverse my name and affixed the seal of the said corporation this dfx dayof P FOITII F4280-01-02 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. "7 BOND NUMBER 58626815 PREMIUM: $4,708.00 FAITHFUL PERFORMANCEMIARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2005474, , has awarded to adopted JUNE 7,2005 designated as the “Principal“), a Contract br: VALUE ENGINEERING. INC. (hereinafter NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS PACKAGE “6” CONTRACT NO. 3809-2 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, VALUE ENGINEERING INC. 1 as Principal, (hereinafter designated as the “Contractor”), and as Surety, are held firmly bound unto the City of Carlsbad in the sum of TWO HUNDRED FORTY SEVEN THOUSAND ONE HUNDRED SEVENTY Dollars ($247,170), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. WE STERN SURETY COMPANY .-..A THE CONDITION OF THIS 06LlGATlON IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney’s fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. e Revised 10/08/03 Contract No. 3809-2 Page 34 of 61 Pages fn the event that contractor is an individual, it is agreed that the death of any such Contractor shall - not exonerate the Surety from its obligations under this bod. Executed by CONTRACTOR this Executed by SURETY this 29th day of ,20 d5. JUNE ,2005 . SURETY: VALUE ENGINEERING, INC. WESTERN SURETY COMPANY - I (name of Contractor) A /-I (name of Surety) 2355 E. CAMELBACK RD., STE 500, PHOENIX AZ By: \ d ($’$ here) (address of Surety) 85016 .DUj{ LL/P~ ~4ecit.1 (602) 212-3216 (print name here) (telephone number of Surety) A (Title and Organization of Signatory) (signature of Attomey-in-Fact) SHAWN BLUME - - (printed name of Attomey-in-Fact) R/&fl 4- (-FA R&# GlvIJ (Attach corporate resolution showing current (print name here) (Title and O@ization of signatory) power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one offioercsigns, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: a Revised 10/08/03 Contract No. 3809-2 Page 35 of 61 Pages State of California County of RIVERSIDE } SS. R. CISNEROS Name and Title of Offlcer (e 9.. "Jane Doe. Notary Publlc") On b/?z/B , before me, personally appeared . SHAWN BLUME Name@) of Signer(s) Place Notary Seal Above personally known to me c7 proved to me on the basis of satisfactory evidence to be the personfl whose nameH islate- subscribed to the within instrument and acknowledged to me that he/skeNkey executed the same in his/t+&thdf authorized capacity(@, and that by his/b&+=eir signatureMon the instrument the person&+), or the entity upon behalf of which the personw acted, executed the instrument. WITNESS ,my hand and official seal. Signature of Notary Public 0 P TIONA L Though the information below is not required by law, it may prove valuable to persons relying on the docurnent 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: Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General Attorney in Fact El Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: cCUU-CS . . . ~ - - - - - .. - - -- - - ~~ - .. *. - - - - ~- - - - - - - - - - - - - ~~ ~. - .~ .. B 1999 National Nola? Assmiallon * 9350 De Solo Ave.. PO. Box 2402 - Chatsworlh. CA 91313.2402. www nal~onainolaryotg Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT IC } SS. State of California (Fa3 Name acd Title of Officer (e g .Jane Doe, Notary Public ) Name@) of Signer(s) personally appeared r>o V & Le f%hil I 0 personally known to me -roved to me on the basis of satisfactory evidence to be the person whose names) dare acknowledged to me that hekt.relthey executed the same in hi&er/their authorized capacitus), and that by kismer/their signaturewon the instrument the person(&or the entity upon behalf of which the personu acted, executed the instrument. subscribed to t fi@ e within instrument and 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 Title or Type of Documen Document Date: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title@): 0 Partner - 0 Limited General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: u 0 1999 National Notary Association * 9350 De Soto Ave., P.0. Box 2402 Chatsworlh. CA 91313-2402 * www.NationalNotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is he rei nafte r ca I led "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for NORTH BATlQUlTOS LIFT STATION IMPROVEMENTS PACKAGE "B" CONTRACT NO. 3809-2 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. - 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. e Revised 10/08/03 Contract No. 3809-2 Page 36 of 61 Pages 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. - 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: - For City: Title FINANCE DIRECTOR Name Signature Address For Contractor: For Escrow Agent: Title Name Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. - a Revised 10/08/03 Contract No. 3809-2 Page 37 of 61 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: .- Revised 10/08/03 Title MAYOR Name Signature Address Title Name Signature Address Title Name Signature Address Contract No. 3809-2 Page 38 of 61 Pages SUPPLEMENTAL PROVISIONS FOR NORTH BATIQUITOS LIFT STATION IMPROVEMENTS PACKAGE "By' CONTRACT NO. 3809-2 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. e Revised 10/08/03 0 Contract No. 3809-2 Page 39 of 61 Pages 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency -The City of Carlsbad, California. City Council -The City Council of the City of Carlsbad. City Manager - The City Manager of the City of Carlsbad or hidher approved representative. Construction Manager - The Project Inspector’s ,immediate supervisor and first level of appeal for informal dispute resolution. Deputy City Engineer, Construction Management & Inspection - The Construction Manager’s immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - Persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - The Public Works Director of the City of Carlsbad or hidher approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the 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 OperatorlLessor - 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. Project Inspector - The Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Project Manager - The Public Works Director of the City of Carlsbad or his/her approved representative. Revised 10/08/03 Contract No. 3809-2 Page 40 of 61 Pages 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 Comm ................................................. Commercial DR ...................................................... Dimension Ratio E ......................................................... Electric G ......................................................... Gas gal ....................................................... Gallon and Gallons Gar ..................................................... Garage and Garages GNV .................................................... Ground Not Visible gpm .................................................... Gallons per minute IE ........................................................ Invert Elevation LCW D ................................................. Leucadia County Water District MSL .................................................... Mean Sea Level (see Regional Standard Drawing M-12) MTBM ................................................. Microtunneling Boring Machine NCTD ................................................. North County Transit Distrct OHE .................................................... Overhead Electric OMWD ............................................... Olivenhain Municipal Water District ROW .................................................. Right-of-way S ......................................................... Sewer or Slope, as applicable SDNR ................................................. San Diego Northern Railway SDRSD SFM .................................................... Sewer Force Main T ......................................................... Telephone UE ...................................................... Underground Electric W ........................................................ Water, Wider or Width, as applicable WVD ................................................... Vallecitos Water District San Diego Regional Standard Drawing 0 ............................................... @ Revised 10/08/03 D Contract No. 3809-2 Page41 of 61 Pages 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 City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: 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 materials suppliers, in an amount equal to: 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 ($1 0,000,000). Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. instrument entitling or authorizing the person who executed the bond to do so. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. t$ Revised 10/08/03 Contract No. 3809-2 Page 42 of 61 Pages 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, and supplements thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract and the Technical Specifications of this contract. The construction plans consist of one (1) set.-The first set is designated as City of Carlsbad Drawing No. DWG 415-2A and consists of eight (8) 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 editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 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) 2) Supplemental Provisions. 3) Plans and Technical Specifications. 4) Standard Plans. Permits from other agencies as may be required by law. a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 5) Standard Specifications for Public Works Construction. 6) Reference Specifications. 7) Manufacturer's Installation Recommendations. 0 Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have precedence over general plans. 2-5.2 Precedence of Contract Documents, add the following: Where CALTRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CALTRANS specifications shall have precedence only in reference to the materials and construction materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of precedence in section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all other matters. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labelled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal e= F;s Revised 10/08/03 Page 43 of 61 Pages Contract No. 3809-2 on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: the same materials.) - - - ______ __~_ - _- "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 within ten (10) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made 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@) as required by 96 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. tJ Revised 10/08/03 Page 44 of 61 Pages Contract No. 3809-2 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, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the 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: _._ SubmWil-eying Data; -Ahw@~@& submittals shall-co&rmfo the requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8’/2)) by 11”) paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labled with name of the Surveyor, the party chief, field crew members and 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 55 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under $5 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. 0 Add the following section: 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. @ Revised 10/08/03 a Contract No. 3809-2 Page 45 of 61 Pages TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Stake Descriptio1 @ SDRS M-1C Monument Lath in soil painted line on PCC & Ac surfaces RP + Marke Stake RP + Marke Stake RP + Marke Centerline or Parallel to Centerline Spacing@, Q GOOm (lOOO’), Street Intersections, Begin and end of curves, only when shown on the plans lath - Intervisible, I 15m (50’) on tangents & I7.5m (25’) on curves, Painted line - continuous ~ 1 intervisible & I7.5m (25’), beginning and end BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines 17.5m (25’), BC & EC, at %A, %A & “A on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole & controller location for catch basins: at centerline of box, ends of box & wings & at each end of the local depression 0 I 15 m (50’) and at beginning & end of: each wall, BC & EC, layout line angle points, Lateral Spacing 0, Q Setting Tolerance (Within) 7 mm (0.02’) Horizontal, also see section 2-9.2.1 herein 0.3 m (1’) Horizontal Feature Staked Street- Centerlinc on street centerline Clearing at clearing line Grade Breaks & g.6 m (25’1 N/A (constant offset) N/A Slope lntervisible and I 15m (50’) 30 mm (0.1’) Vertical & - Horizontal 30 mm (0.1 ’) Horizontal Fence I60 m (200’) on tangents, I 15m (50’) on curves when R2 300m (1000’) & 7.5m (25’) or curves when RI 300m (1000’) I15m (50’) Rough Grade Cut or Fills 2 10 m Final Grade (includes top of: Basement soil, subbaseand base) Asphalt Pavemen Finish Course (33’) 30 mrn (0.1’) Vertical & Horizontal 10 mm (’/\”) Horizontal & 7 rnm ( /.”) Vertical I 15 m (50’) on tangents & curves when R2 300m (1000’) & 5 7.5m (25’) on curves when R I 300m (1 000’) 16.7 m (22’) IO mm (’It”) Horizontal & 7 rnm ( ha) Vertical I 7.5m (25’) or as per the intersection grid points shown on the plan whichever provides the denser information edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) Drainage Structures, Pipes & similar FacilitiesO, 0 IO mrn (‘/?”) Horizontal & 7 mm ( /4”) Vertical IO mm (‘/.(’) Horizontal & 7 rnm /A? Vertical curb Traffic Signal 0 Signal Poles & Controller O Junction Box 0 Conduit (5 -~ -__ as appropriate 10 mm (7f) Horizontal & 7 mrn ( /4”) Vertical IO mm (‘/?”) Horizontal & 7 mrn ( /.I”) Vertical IO mrn (%”) Horizontal & when depth cannot be measured from existing pavement 7 mm ( 14”) Vertical IO mm (‘/?”) Horizontal & 7 mm ( /4”) Vertical (when vertical data RP + Markei Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line at each junction box location as appropriate I 15m (50’) on tangents & curves when R2 300m (1000’) & I 7.5m (25’) on curves when R I 300m (1 000’) or where grade I 0.30% as appropriate Minor Structure O as appropriate needed) 30 mm (0.1’) Vertical & Abutment Fill I 15 m (50’) & along end slopes & conic transitions as appropriate Horizontal Wall O as appropriate 7 mm (1/4”) Horizontal & 7 mm (‘/qn) Vertical cJ Revised 10/08/03 Contract No. 3809-2 Page 46 of 61 Pages Major Structure 6 0 Footings, Bents RP + Marker Stake RP + Marker Stake Abutments & W ingwalls lines, BC & EC, transition points 8 at beginning & end. Elevation points on footing: at bottom of columns I15 m (50') I 15 rn (50') on tangents & curves when R2 300m (1000') & I7.5m (25') on curves when -- -Superstructure: RP + Marker Stake RP + Marker Stake RP + Marker Stake Miscellaneous (9 Contour Gradinc longitudinal location for asphalt street surfacing I 15 m (50') on tangents & curves when R2 300m (1 000') & 5 7.5m (25') on curves when R I300m (1000'). At beginning & end and I 15 m (50') on tangents & curves when R 2 300m (1 000') & 5 0 Utilities 0, 0 RP Signs 0 Engineer, BC & EC, transition points& at beginning & end. Elevation points on footings & at invert 60 m (200') on tangents, 15m (50') on curves when R 2 300m (1000') &7.5rn (25') on curves when R I 300m (1000') For PCC surfaced streets lane cold ioints will suffice Subsurface Drains 0 Overside Drains 0 Markers 0 0 Railings & Barriers 0 AC Dikes 0 Box Culverts Pavement Markers0 Stake I - at bottom of columns RP 13 m to 10 m (10' to 33') sufficient to use strinc I R I 300m (1 000') or where grade I 0.30% W+ Marker 1- Tntenrbible 8,530-m flOOY8C & EC of - . I. Stake I facilities, Grade breaks, Alignment breaks, I Junctions, Inlets & simiiar facilities RP + Marker I At sign location Stake + Line Point +Guard Stake facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities I 7.5m (25') on curves when R I 300m (1 000') At beginning & end RP + Marker I Stake I I 3 m to 10 m (1 0' to 33') as requiredby the - - - 0 Stakina for feature may be omitted when adjacent marker stakes reference tl as appropriate as appropriate along contour line as appropriate as appropriate Line point as appropriate At beginning & end At marker location(s) at railing & barrier location(s) as appropriate as appropriate at pavement marker location(s) 10 mm ("/(') Horizontal & 7 mm ( /4") Vertical 10 mm (d/f) Horizontal & 7 mm ( /4'7 Vertical 30 mm (0.1') Vertical & Horizontal 10 mm ("/e") Horizontal & 7 mm ('/4") Vertical 30 mm (0.1') Horizontal & 7 mm ('/4") Vertical 30 mm (0.1') Vertical & t-iorizontal 30 mm (0.1') Horizontal &7 mm ('/c) Vertical 30 mm (0.1') Horizontal &7 mm ('/4") Vertical 7 mm ('/.I") Horizontal 10 mm ("/e") Horizontal & Vertical 30 mm (0.1') Horizontal & Vertical 10 mm ("/;) Horizontal 7 mm ('/4") Horizontal ! offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature 0 Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table 0 Perpendicular to centerline. @ Some features are not necessarily parallel to centerline but are referenced thereto 6) Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature 8 L means greater than, or equal to, the number following the symbol. I means less than, or equal to, the number fol- lowing the symbol. 0 The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. Contract No. 3809-2 Page47of 61 Pages All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) Type of Stake Description Horizontal Control Vertical Control -- - C I e a r i n g Coordinated control points, control lines, control reference points, centerline, alignments, etc. Bench ma-rkS~ _____ __ __ _ ___ - - - ~- __ Limits of clearing Slope, intermediate slope, abutment fill, rough grade, contourgFading, final Gra-din-g-- - --__ ~ Color+ White/Red - W hitelorange Yellow/Black Yellow Structure Drainage, Sewer, Curb grade, etc. Bridges, sound and retaining walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm White Blue Flagging and marking cards, if used. Right-of-way Miscellaneous 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 records of survey and/or corner records, including filing fees therefor, shall be incidentai to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER. drains, slope protection, curbs, gutters, etc. Fences, W W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. White/Yellow Orange 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 subcontractors performance pursuant to this Agreement, said monitoring, assessments; and evaluationslo include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, 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 subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. <? Revised 10/08/03 Contract No. 3809-2 Page 48 of 61 Pages SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in- excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXS HA WURK. 3-3.2.2 ( c ) Tool and Equipment Rental, Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein stmi+beused asmultipliers of the rental rates for determining ttwvah-e of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. second paragraph, modify as follows: 3-3.2.3 Markup, (a) and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials ............................. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) When-all or any part of the extra work is performed by a Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor’s actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. Delete sections 3-3.2.3 (a) and (b) and replace with the following: Work by Contractor. The following percentages shall be added to the Contractor‘s costs Work by Subcontractor: 353.3 RailyReparts by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the tngineer, inciuaing iaiiure or reiusai to issue a change order, or ior 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-byTe Contractor to the Engineer upon theTr 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. Contract No. 3809-2 Page 49 of 61 Pages The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. __ - Ttxqotentialclaim- shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-1 2655. Tt--e-undeKgWcertXies that the above statements are made in fu7lTignizance ofthe 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. 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. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. Public Works Director 5. City Manager The-Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. %@ Revised 10/08/03 Contract No. 3809-2 Page 50 of 61 Pages The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions 0 in the contract. i 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 VPubfic workkas-the same meaning as in SectEi6-3100 and 31 06 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim.-shall be in- writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days obeasi@af-the&iwany 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. +)(l fforctaimsof-overfifu~~~~lars ($50,000) andiess than or -atto 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. E# Revised 10/08/03 em Contract No. 3809-2 0 Page51 of 61 Pages (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 provishs,- therunn-ofthe-periodoftime 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. 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. (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 Tor purposes oi thls article shall be experienced in cofinsfruction-law; anTiTpon 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 201 04.4, 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. em %# Revised 10/08/03 Contract No. 3809-2 Page 52 of 61 Pages SECTION 4 - CONTROL OF MATERIALS @ 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. ~ __ 4-1.4 Test of Materials, sentence of the first paragraph. delete the phrase, “and a reasonable amount of retesting”, from the third 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 the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the speeificatisnsrshall Ise-borm+y the Agency. -Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associaKm ZiiSEi5lityfTepairartsnd suitabTlitJl ofpIcationth-eCGiEii3orshall Emove the substituted item and replace it with the originally specified item at no cost to the Agency. Revised 10/08/03 0 Contract No. 3809-2 Page 53 of 61 Pages Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity 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@) 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. Delete the first paragraph and substitute 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. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefor or for -~ additional -~ work, ~ materials or delay ~ associated with the temporary -omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 43 Revised 10/08/03 Contract No. 3809-2 Page 54 of 61 Pages SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 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 fourteen (1 4) calendar days after receipt of the “Notice to Proceed”. 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. ___ ~ --__ ~- Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project Representative shall be the individual determined under section 7-6, “The Contractor’s Representahe”, SSPWC. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. 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 sfandby, 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@) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within one hundred twenty (120) working days after the starting date specified in the NotiGe to P-Foceed. ~~ - ~ -- -~ - -~ Mpdify as follows: 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. Contractor is hereby advised that the Engineer will require after hours and weekend work on an interim basis to accomplish wastewater bypass. a Revised 10/08/03 Contract No. 3809-2 Page 55 of 61 Pages 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 $500. Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in 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. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers’ compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in e- %? Revised 10/08/03 Contract No. 3809-2 Page 56 of 61 Pages streets, highways (except State highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein -Ped 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. 7-8.6 Water Pollution Control. Add the following: The Contractor shall comply with all requirements of the storm water pollution and monitoring plan prepared for this project in accordance with the California State Water Resources Control Board order number 92-08-DWQ1 NPDES General Permit number CAS000002 and the “Water Discharge Requirement for Discharges of Storm Water Runoff Associated with Construction Activity” . 0 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 conduct work in a manner that does not disrupt pedestrian traffic along the nature trail north of the Batiquitos Lagoon. -KidthEf o Wwin g sect ion : 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. Contract No. 3809-2 Page 57 of 61 Pages 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. - SECTION 9 -- MEASUREMEWAND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Uhits of Measurement, modify as follows: the U.S. Standard Measures. The system of measure for this contract shall be 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 _~_. -recetp+otammdkptedart&pwpdpAmitted 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 685.01 0 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. Revised 10/08/03 Contract No. 3809-2 Page 58 of 61 Pages 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 ~-Finak~tYWWR~~ ~mtks~r-w&n0t apprwed 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. 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 anddetails 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. into the will not be included in the progress estimate. _. - The cost of materials and equipment delivered but not incorporated Add the followingsection: ~__ __ - - 9-3.4.1 Mobilization and Preparatory Work. be included in the various items of work and no other payment will be made. Payment for mobilization and preparatory Work will Revised 10/08/03 0 Contract No. 3809-2 Page 59 of 61 Pages APPENDIX “A” TECHNICAL SPECIFICATIONS Revised 10/08/03 Contract No. 3809-2 Page 60 of 61 Pages 01 01 0 01 045 01510 01550 01560 . 01600 02050 02200 02593 02600 03200 03280 03600 051 20 05505 09800 11000 13234 14600 15000 15020 151 06 16000 161 10 16120 Appendix A Technical Specifications Table of Contents Summary of Work Cutting and Patching Temporary Utilities Site Access and Storage Temporary Environmental controls Products, Materials, Equipment and Substitutions Demolition Earthwork High Density Polyethylene Pipe Pipeline Construction Reinforcement Steel Joints in Sitework concrete Grout Structural Steel Miscellaneous Metalwork Protective Coating Equipment General-Provisions Fiberglass Reinforced Plastic (FRP) Ductwork, IN-Line Fan and Hooded Ventilator Hoist Piping Components Pipe Supports Ball Valves General Requirements for Electrical Work Raceways, Boxes, and Supports 600 Volt Conductors, Wire, and Cable 4- p,s Revised 10108103 Contract No. 3809-2 Page61 of 61 Pages SECTION 01010 - SUMMARY OF WORK PART 1 - GENERAL 1.1 GENERAL The WORK to be performed under this Contract shall consist of furnishing all plant, tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation and services, including fuel, poweTwatE;Zn~eSsential communications, and performing all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be compkte, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the CONTRACTOR as though originally so indicated, at no increase in cost to the OWNER. -. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. . The WORK of this Contract comprises Civil, Mechanical, Structural and Electrical improvements to an existing wastewater lift station. New aluminum hatches will be installed for improving wet well and dry well access as part of this work. Two additional openings will be installed in the wet well for providing access to pump boxes. The WORK also includes installation of a supply fan, foul air ductwork, an exhaust fan and a foul air discharge stack as part of wet well ventilation improvements. Electrical work includes relocation of existing conduits in the dry well, installation of new conduits for supplying power to the exhaust fan and a luminaire to be located at the top of the foul air discharge stack. B. . The WORK is located at the North Batiquitos Lift Station, 7382 Gabbiano Lane, City of Carlsbad, California. I .3 CONTRACT METHOD The WORK, hereunder will be constructed under a single unit price contract. 1.4 WORK BY OTHERS A. The CONTRACTOR'S attention is directed to the fact that work may be conducted at the site by other contractors during the performance of the WORK under this Contract. The CONTRACTOR shall conduct its operations so as to cause a minimum of interference with the WORK of such other contractors, and shall cooperate fully with such contractors to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference With Work On Utilities: The CONTRACTOR shall cooperate fully with all utility forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or otherrearranging of facilities. -%rceX of the OWNER I .5 CONTRACTOR USE OF PROJECT SITE The CONTRACTOR'S use of the project site shall be limited to its construction operations, including on- site storage of materials, on-site fabrication facilities, and field offices. SUMMARY OF WORK 01010-1 1.6 PROJECT MEETINGS A. Preconstruction Conference 1. Prior to the commencement of WORK at the site, a preconstruction conference will be held at a mutually agreed time and place which shall be attended by the CONTRACTOR'S Project Manager, its superintendent, and its subcontractors as the CONTRACTOR deems appropriate. Other attendees will be: ~ ~~ -~ - - __ __ __~ - ~~ ~~ a. CONSTRUCTION MANAGER. b. Representatives of OWNER. C. Governmental representatives as appropriate. d. Others as requested by CONTRACTOR, OWNER, or CONSTRUCTION MANAGER. 2. Unless previously submitted to the CONSTRUCTION MANAGER, the CONTRACTOR shall bring to the conference one copy each of the following: a. 60-Day Plan of Operation. b. C. d. e. Project Overview Bar Chart Schedule. Procurement schedule of major equipment and materials and items requiring long lead time. Shop Drawing/Sample/Substitute or "Or Equal" submittal schedule. Preliminary schedule of values (lump sum price breakdown) for progress payment purposes. 3. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The complete agenda will be furnished to the CONTRACTOR prior to the meeting date. However, the CONTRACTOR should be prepared to discuss all ofthe items listed below. a. b. d. e. f. E. h. C. I. j. Status of CONTRACTOR'S insurance and bonds. CONTRACTOR'S tentative schedules. Transmittal, review, and distribution of CONTRACTOR'S submittals. Processing applications for payment. Maintaining record documents. Critical work sequencing. Field decisions and Change Orders. Use of project site, office and storage areas, security, housekeeping, and OWNERS needs. CONTRACTOR'S assignments for safety and first aid. __ Mxor equipmsnLdeliveries and priorities. 4. The OWNER will preside at the preconstruction conference and will arrange for keeping and distributing the minutes to all persons in attendance. 5. The CONTRACTOR and its subcontractors should plan on the conference taking no less than I full working day. The first day will cover the items listed in paragraph 3, and the following day(s) will be spent on reviewing the plans and specifications, in extensive detail, with the CONSTRUCTION MANAGER and the OWNER. SUMMARY OF WORK 01 01 0-2 , B. Progress Meetings 1. The CONTRACTOR shall schedule and hold regular on-site progress meetings at least weekly and at other times as requested by CONSTRUCTION MANAGER or as required by progress of the WORK. The CONTRACTOR, CONSTRUCTION MANAGER, and all subcontractors active on the site must attend each meeting. CONTRACTOR may at its discretion request attendance by representatives of its suppliers, manufacturers, and other subcontractors. 2. The CONSTRUCTION MANAGER shall preside at the meetings and will arrange for keeping and distributing the minutes. The purpose of the meetings will be to review the progress of the WORK, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. During each meeting, the CONTRACTOR is required to present any issues which may impact his work, with a view to resolvethese issues expeditiously. I .7 DEFINITIONS APPLICABLE TO TECHNICAL SPECIFICATIONS A. The following words have the meaning defined in the Technical Portions of the WORK: Indicated - is a word used to direct the CONTRACTOR to information contained on the drawings or in the Specifications. Terms such as "shown," "noted," "scheduled," and "specified" also may be used to assist in locating information but no limitation of location is implied or intended. Furnish - means to supply and deliver to the site, to unload and unpack ready for assembly, installation, testing, and startup. lnstall - defines operations at the site including assembly, erection, placing, anchoring, applying, shaping to dimension, finishing, curing, protecting, and cleaning, ready for the OWNER'S use. Provide - is defined as furnish and install, ready for the intended use. Installer - a person or firm engaged by the CONTRACTOR or its subcontract or any subcontractor for the performance of installation, erection, or application work at the site. lnstallers must be expert in the operations they are engaged to perfom. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) SUMMARY OF WORK ** END OF SECTION ** 0 101 0-3 SECTION 01 045 - CUTTING AND PATCHING PART 1 - GENERAL 0 1.01 1.02 1.04 1 .Q5 DEFINITION A. "Cutting-and-Patchingt' is defined to include the cutting and patching of nominally completed and previously existing concrete, steel, wood and miscellaneous metal structures; piping and pavement,-illouks-. to accommodatelhe. coordination of WQRIC.ar the installation of other facilities or structures or to uncover other facilities and structures for access or inspection, or to obtain samples for testing, or for similar purposes. REQUIREMENTS OF STRUCTURAL WORK A. Structural WORK shall not be cut and patched in a manner resulting in a reduction of load- carrying capacity or loaddeflection ratio. B. Prior to cutting-and-patching the following categories of WORK, the CONTRACTOR shall obtain the CONSTRUCTION MANAGER'S approval to proceed: 1. Structural steel 2. Miscellaneous structural metals, including equipment supports, stair systems and similar categories of WORK 3. Structural concrete OPERATIONAL AND SAFETY LIMITATIONS A. The CONTRACTOR shall not cut-and-patch operational elements and safety-related components in a manner resulting in a reduction of capacities to perform in the manner intended or resulting in decreased operational life, increased maintenance, or decreased safety. B. Prior to cutting-and-patching the following categories of WORK, the CONTRACTOR shall obtain the CONSTRUCTION MANAGER'S approval to proceed: 1. Operating systems and equipment 2. Noise and vibration control elements and systems 3. Control, communication, conveying and electrical wiring systems VISUAL REQUIREMENTS A. The CONTRACTOR shall not cut-and-patch WORK which is exposed on the exterior or exposed in occupied spaces, in a manner resulting in a reduction of visual qualities or resulting in substantial evidence of the cut-and-patch WORK, both as judged solely by the CONSTRUCTION MANAGER. The CONTRACTOR shall remove and replace WORK judged by the CONSTRUCTION MANAGER to have been cut-and-patched in a visually unsatisfactory manner. APPROVALS A. Where prior approval of cutting-and-patching is required, the CONTRACTOR shall submit the request well in advance of time WORK will be performed. The request should include a description of why cutting-and-patching cannot reasonably be avoided, how it will be performed, CUTTING AND PATCHING 01045-1 how structural elements (if any) will be reinforced, products to be used, firms and tradesmen to perform the WORK, approximate dates of the WORK, and anticipated results in terms of structural, operational, and visual variations from the original WORK. B. The CONTRACTOR shall also request approval to proceed prior to starting WORK of this Section. PART 2 - PRODUCTS 2.01 MATERIALS USED IN CUTTING-AND-PATCHING A. Except as otherwise indicated, the CONTRACTOR shall provide materials for cutting-and- patching which will result in equal-or-better WORK than the WORK being cut-and-patched, in terms of performance characteristics and including visual effects where applicable. The CONTRACTOR shall use material identical with the original materials where feasible. B. Materials shall comply with the requirements of the technical specifications wherever applicable. PART 3 - EXECUTION 3.01 PREPARATION A. The CONTRACTOR shall provide adequate temporary support for WORK to be cut to prevent fai 1 ure. B. The CONTRACTOR shall provide adequate protection of other WORK during cutting-and- patching. 3.02 INSTALLATION A. The CONTRACTOR shall employ skilled tradesmen to perform cutting-and-patching. Except as otherwise indicated, the CONTRACTOR shall proceed with cutting-and-patching at the earliest feasible time and perform the WORK promptly. B. The CONTRACTOR shall use methods least likely to damage equipment and structures adjoining the WORK of this contract. I. In general, where physical cutting action is required, the CONTRACTOR shall cut WORK with sawing and grinding tools, not with hammering and chopping tools. Openings through concrete WORK shall be core drilled. 2. 3. Comply with the requirements of technical specifications wherever applicable. Comply with the requirements of applicable sections of Division 2 where cutting-and- patching requires excavating and backfilling. C. The CONTRACTOR shall patch with seams which are as invisible as possible and comply with specified tolerances for the WORK. D. The CONTRACTOR shall restore exposed seams of patched area; and, where necessary, extend finish restoration onto retained WORK adjoining, in a manner which will eliminate evidence of patching. ** END OF SECTION ** CUTTING AND PATCHING 0 1045-2 SECTION 01510 - TEMPORARY UTILITIES PART 1 - GENERAL 1.1 GENERAL REQUIREMENTS Types: The types of utility services required for general temporary use at the project site include the following: - ~- . ~~ Water SGTiciT(potable for certaiSiisTsT- Storm sewer Sanitary sewer Electric power service Telephone service 1.2 JOB CONDITIONS Scheduled Uses: The CONTRACTOR shall, in conjunction with establishment of job progress schedule, establish a schedule for implementation and termination of service for each temporary utility or facility; at earliest feasible time, and when acceptable to OWNER AND CONSTRUCTION MANAGER change over from use of temporary utility service to permanent service. PART 2 - PRODUCTS 2.1 MATERIALS The CONTRACTOR shall provide either new or used materials and equipment, which are in substantially undamaged condition and without significant deterioration and which are recognized in the construction industry, by compliance with appropriate standards, as being suitable for intended use in each case. Where a portion of temporary utility is provided for CONTRACTOR by utility company, the CONTRACTOR shall provide remainder with matching and compatible materials and equipment and comply with recommendations of utility company. PART 3 - EXECUTION 3.1 INSTALLATION OF TEMPORARY UTILITY SERVICES A. General: Wherever feasible, the CONTRACTOR shall engage the utility company to install temporary service to project, or as a minimum, to make connection to existing utility service; locate services where they will not interfere with total project construction WORK, including installation of permanent utility services; and maintain temporary services as installed for required period of use; and relocate, modify or extend as necessary from time to time during that period as required to accommodate total project construction WORK. B. Approval of Electrical Connections: All temporary connections for electricity shall be subject to approval of the CONSTRUCTION MANAGER and the power company representative, and shall be removed in like manner at the CONTRACTOR'S expense prior to final acceptance of the WORK. C. Separation of Circuits: Unless otherwise permitted by the CONSTRUCTION MANAGER, circuits separate from lighting circuits shall be used for all power purposes. TEMPORARY UTILITIES 01510-1 3.2 D. Construction Wiring: All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. All electrical facilities shall conform to the requirements of Title 8, Industrial. Relations, Subchapter 5, Electrical Safety Orders, California Administrative Code; and Subpart K of the OSHA Safety and Health Standards for Construction. INSTALLATION OF POWER DISTRIBUTION SYSTEM A. Power: The CONTRACTOR shall provide all necessary power required for its operations under the Contract, and shall provide and maintain all temporary power lines required to perform the WORK in a safe and satisfactory manner. B. Temporary Power Distribution: The CONTRACTOR shall provide a weatherproof, grounded, temporary power distribution system sufficient to accommodate performance of entire WORK of project, including, but not necessarily limited to, operation of test equipment and test operation of building equipment and systems which cannot be delayed until permanent power connections are operable, temporary operation of other temporary facilities, including permanent equipment and systems which must be placed in operation prior to use of permanent power connections (pumps, HVAC equipment, and similar equipment), and power for temporary operation of existing facilities (if any) at the site during change-over to new permanent power system. Provide circuits of adequate size and proper power characteristics for each use; run circuit wiring generally overhead, and rise vertically in locations where it will be least exposed to possible damage from construction operations, and result in least interference with performance of the WORK; provide rigid steel conduit or equivalent raceways for wiring which must be exposed on grade, floors, decks, or other recognized exposures to damage OJ abuse. 3.3 INSTALLATION OF LIGHTING A. Construction Lighting: All WORK conducted at night or under conditions ofdeficient daylight shall be suitably lighted to insure proper WORK and to afford adequate facilities for inspection and safe working conditions. B. Temporary Lighting: The CONTRACTOR shall provide a general, weatherproof, grounded temporary lighting system in every area of construction work, as soon as overhead floorhoof deck structure has been installed; and provide sufficient illumination for safe work and traffic conditions; and run circuit wiring generally overhead, and rise vertically in locations where it will be least exposed to possible damage from construction operations on grade, floors, decks, or other recognized areas of possible damage or abuse. 3.4 WATER SUPPLY A. General: The CONTRACTOR shall coordinate with the Water Utilities Department for obtaining water service connection and shall allow a three month notice to the Water Utilities Department. The CONTRACTOR shall provide all facilities necessary to convey the water from the source to the points of use in accordance with the requirements of the Contract Documents. The water capacity charge and the wet tap fees shall be paid by the OWNER. The CONTRACTOR shall pay the fee for water meter and all other charges for water use. B. In addition to the requirements for furnishing bottled, drinking water for the CONSTRUCTION MANAGER'S field ofice, the CONTRACTOR shall provide and operate all pumping facilities, pipelines, valves, hydrants, storage tanks, and all other equipment necessary for the adequate development and operation of the water supply system. Water used for domestic purposes shall be free of contamination and shall conform to the requirements of the State and local authorities for potable water. The CONTRACTOR shall be solely responsible for the adequate functioning of its TEMPORARY UTILITIES 01 5 10-2 3.5 3.6 3.7 3.8 water supply system and shall be solely'liable for any claims arising from the use of same, including discharge or waste of water therefrom. C. Water Connections: The CONTRACTOR shall not make connection to, or draw waterfrom, any fire hydrant or pipeline without first obtaining permission ofthe authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made, the CONTRACTOR shall first attach to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. The CONTRACTOR shall pay all permit and water charges. INSTALLATION OF SANITARY FACILITIES A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use of CONTRACTOR'S employees. Toilets at construction job sites shall conform to the requirements of Subpart D, Section 1926.5 1 of the OSHA Standards for Construction. B. Sanitary and Other Organic Wastes: The CONTRACTOR shall establish a regular daily collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the CONTRACTOR or organic material wastes from any other source related to the CONTRACTOR'S operations shall be disposed of away from the site in a manner satisfactory to the CONSTRUCTION MANAGER and in accordance with all laws and regulations pertaining thereto. INSTALLATION OF FIRE PROTECTION A. Fire Protection: The construction plant and all other parts ofthe WORK shall be connected with the CONTRACTOR'S water supply system and shall be adequately protected against damage by fire. Hose connections and hose, water casks, chemical equipment, or other sufficient means shall be provided for fighting fires in the temporary structures and other portions of the WORK, and responsible persons shall be designated and instructed in the operation of such fire apparatus so as to prevent or minimize the hazard of fire. The CONTRACTOR'S fire protection program shall conform to the requirements of Article 34, Section 1805, b of Cal-OSHA, and Subpart F of the OSHA Standards for Construction. INSTALLATION OF COMMUNICATIONS A. Telephone Services: The CONTRACTOR shall provide and maintain at all times during the progress of the WORK not less than one telephone in good working order, at its own field construction office, at or near the site of the WORK included in the Contract. Each such telephone shall be connected to an established exchange for toll service and with all other telephones utilized by the CONTRACTOR. B. Telephone Use: The CONTRACTOR shall permit the CONSTRUCTION MANAGER, the OWNER, or their authorized representatives or employees free and unlimited use of said telephone facilities for all calls that- do not involve published toll charges. Calls originated by the CONSTRUCTION MANAGER. the OWNER, their authorized representatives or employees which involve toll or message unit charges shall be billed to the OWNER by the CONTRACTOR at the rates charged by the telephone company. OPERATIONS AND TERMINATIONS A. Inspections: Prior to placing temporary utility services into use, the CONTRACTOR shall inspect and test each service and arrange for governing authorities' required inspection and tests, and obtain required certifications and permits for use thereof. B. Protection: The CONTRACTOR shall maintain distinct markers for underground lines, and protect from damage during excavating operations. TEMPORARY UTILITIES 01510-3 C. Termination and Removal: When need for a temporary utility semke or a substantial portion thereof has ended, or when its service has been replaced by use of permanent services, or not later than time of substantial completion, the CONTRACTOR shall promptly remove installation unless requested by CONSTRUCTION MANAGER to retain it for a longer period. The CONTRACTOR shall complete and restore WORK which may have been delayed or affected by installation and use of temporary utility, including repairs to construction and grades and restoration and cleaning of exposed surfaces. D. Removal of Water Connections: Before final acceptance ofthe W-ORK on the project, all temporary connections-and piping installed bytheCONTRACTOR shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the CONSTRUCTION MANAGER and to the agency owning the affected utility. ** END OF SECTION ** TEMPORARY UTILITIES 0 1 5 10-4 SECTlON 01 550 - SITE ACCESS AND STORAGE PART 1 - GENERAL 1 .I HIGHWAY LIMITATIONS A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the WORK. It shall be the CONTRACTOR'S responsibility to construct and maintain any haul roads required for its construction operations. 1.2 TEMPORARY CROSSINGS A. General: Continuous, unobstructed, safe, and adequate pedestrian and vehicular access shall be provided to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, and hospitals. Safe and adequate public transportation stops and pedestrian crossings at intervals not exceeding 300 feet shall be provided. The CONTRACTOR shall cooperate with parties involved in the delivery of mail and removal of trash and garbage so as to maintain existing schedules for such services. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. The CONTRACTOR shall be responsible to notify all residents which will be affected by the WORK. Printed notices which include the dates and hours ofwork shall be distributed to affected parties at least one week prior to starting the WORK. B. Temporary Bridges: Wherever necessary, the CONTRACTOR shall provide suitable temporary bridges or steel plates over unfilled excavations, except in such cases as the CONTRACTOR shall secure the written consent of the individuals or authorities concerned to omit such temporary bridges or steel plates, which written consent shall be delivered to the CONSTRUCTION MANAGER prior to excavation. All such bridges or steel plates shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges or steel plates for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case, and the CONTRACTOR shall adopt designs furnished by said authority for such bridges or steel plates, or shall submit design to said authority for approval, as may be required. C. Street Use: Nothing herein shall be construed to entitle the CONTRACTOR to the exclusive use of any public street, alleyway, or parking area during the performance of the WORK hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleyways, or parking areas. No street shall be closed to the public without first obtaining permission of the CONSTRUCTION MANAGER and proper governmental authority. Where excavation is being performed in primary streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise indicated. Toe boards shall be provided to retain excavated material if required by the CONSTRUCTION MANAGER or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the WORK shall be kept accessible to fire- fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to assure the use of sidewalks and the proper functioning of all gutters, storm drain inlets, and other drainage facilities. D. Traffic Control: For the protection of traffic in public or private streets and ways, the CONTRACTOR shall provide, place, and maintain all necessary barricades, traffic cones, warning signs, lights, and other safety devices in accordance with the requirements of the State of California "Manual ofTraftic Controls - Warning Signs, Lights. and Devices for Use in Performance of Work upon Highways". SITE ACCESS AND STORAGE 01550-1 The CONTRACTOR shall take all necessary precautions for the protection of the WORK and the safety of the public. A11 bam’cades and obstructions shall be illuminated at night, and all lights shall be dept burning from sunset until sunrise. The CONTRACTOR shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs, signals, and barricades shall conform to the requirements of Cal-OSHA and Subpart G, Part 1926, of the OSHA Safety and Health Standards for construction. The CONTRACTOR shall submit three (3) copies of a traffic control plan to City Engineer for approval a minimum of two (2) weeks prior to construction. The City Engineerreserves the right to observe these traffic control plans in use and to make any changes as field conditions warrant. Any changes shall supersede these plans and be done solely at the CONTRACTOR’S expense. The CONTRACTOR shall remove traffic control devices when no longer needed, repair all damage caused by installation of the devices, and shall remove post settings and backfill the resulting holes to match grade. I .3 CONTRACTOR’S WORK AND STORAGE AREA A. The OWNER will designate and arrange for the CONTRACTOR’S use, a portion of the property adjacent to the WORK for its exclusive use during the term ofthe Contract as a storage and shop area for its construction operations relative to this contract. B. Lands to be furnished by the OWNER for camp sites, construction operation, concrete aggregate pits, roads and other purposes are indicated. Should the CONTRACTOR find it necessary to use any additional land for its camp or for other purposes during the construction of the WORK, it shall provide for the use of such lands at its own expense. C. The CONTRACTOR shall construct and use a separate storage area for hazardous materials used in constructing the WORK. 1. For the purpose of this paragraph, hazardous materials to be stored in the separate area are all products labeled with any of the following terms: Warning, Caution, Poisonous, Toxic, flammable, Corrosive, Reactive, or Explosive. In addition, whether or not so labeled, the following materials shall be stored in the separate area: diesel fuel, gasoline, new and used motor oil, hydraulic fluid, cement, paints and paint thinners, two-part epoxy coatings, sealants, asphaltic products, glues, solvents, wood preservatives, sand blast materials, and spill absorbent. 2. The CONTRACTOR shall develop and submit to the CONSTRUCTION MANAGER a plan for storing and disposing of the materials above. 3. The CONTRACTOR shall obtain and submit to the CONSTRUCTION MANAGER a single EPA number for wastes generated at the site. 4. The separate storage area shall meet all the requirements of all authorities having jurisdiction over the storage of hazardous materials. Such authorities are: Cal-OSHA, AQMD, San Diego County Health Department, Regional Water Quality Control Board, and City of San Diego Industrial Waste Division. 5. The separate storage area shall be inspected by the OWNER at its discretion prior to construction of the area, upon completion of construction of the area, and upon cleanup and removal of the area. SITE ACCESS AND STORAGE 01 550-2 6. A11 hazardous materials which are delivered in containers shall be stored in the original containers until use. Hazardous materials which are delivered in bulk shall be stored in containers which meet the requirements of authorities having jurisdiction. 1.4 PARKING The CONTRACTOR shall: 1. Provide temporary parking areas as follows: ~ -- -- ~ - - __ ._ ~ 1 space(s) for the CONSTRUCTION MANAGER 1 space(s) designated for the handicapped 2. When space on the site is not available, the CONTRACTOR shall make 2 additional space(s) available for the OWNER’S use. 3. The CONTRACTOR shall direct its employees to park in areas as directed by the CONSTRUCTION MANAGER. 4. Traffc and parking areas shall be maintained in a sound condition, free of excavated material, construction equipment, mud, and construction materials. The CONTRACTOR shall repair breaks, potholes, low areas which collect standing water, and other deficiencies. PART 2 - PRODUCTS (Not used) 0 PART 3 - EXECUTION (Not used) ** END OF SECTION ** SITE ACCESS AND STORAGE 01 550-3 SECTION 01 560 - TEMPORARY ENVIRONMENTAL CONTROLS PART 1 - GENERAL I. 1 EXPLOSIVES AND BLASTING The use of explosives on the WORK will not be permitted. 1.2 DUST ABATEMENT The CONTRACTOR shall furnish all labor, equipment, and means required and shall cany out effective measures wherever and as often as necessary to prevent its operation from producing dust in amounts damaging to property, cultivated vegetation, or domestic animals, or causing a nuisance to persons living in or occupying buildings in the vicinity. The CONTRACTOR shall be responsible for any damage resulting from any dust originating from its operations. The dust abatement measures shall be continued until the CONTRACTOR is relieved of further responsibility by the CONSTRUCTION MANAGER. 1.3 RUBBISH CONTROL During the progress of the WORK, the CONTRACTOR shall keep the site of the WORK and other areas used by it in a neat and clean condition, and free from any accumulation of rubbish. The CONTRACTOR shall dispose of all rubbish and waste materials ofany nature occum'ng at the WORK site, and shall establish regular intervals of collection and disposal of such materials and waste. The CONTRACTOR shall also keep its haul roads free from dirt, rubbish, and unnecessary obstructions resulting from its operations. Disposal of all rubbish and surplus materials shall be off the site of construction in accordance with local codes and ordinances governing locations and methods of disposal, and in conformance with all applicable safety laws, and to the particular requirements of Part 1926 of the OSHA Safety and Health Standards for Construction. 1.4 SANITATION A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use of employees. Toilets at construction job sites shall conform to the requirements ofPart I926 ofthe OSHA Standards for Construction. B. Sanitary and Other Organic Wastes: The CONTRACTOR shall establish a regular daily collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the CONTRACTOR or organic material wastes from any other source related to the CONTRACTOR'S operations shall be disposed of away from the site in a manner satisfactory to the CONSTRUCTION MANAGER and in accordance with all laws and regulations pertaining thereto. I .5 CHEMICALS A11 chemicals used during project construction or furnished for project operation, whether defoliant, soil sterilant, herbicide, pesticide, disinfectant, polymer, reactant or of other classification, shall show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture. Use of all such chemicals and disposal of residues shall be in strict accordance with the printed instructions ofthe manufacturer. In addition, see the requirements set forth in paragraph 6.1 1 of the General Conditions. PART 2 -- PRODUCTS (Not Used) ** END OF SECTION ** TEMPORARY ENVIRONMENTAL CONTROLS PART 3 -- EXECUTION (Not Used) I) 01560-1 ' SECTION 01 600 - PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS PART 1 - GENERAL 1. I DEFINITIONS A. The word "Products," as used herein, is defined to include purchased items for incorporation into the WORK, regardless of whether specifically purchased for the project or taken from CONTRACTOR'S stock of previously purchased products. The word "Materials," is defined as products which must be substantially cut, shaped, worked, mixed, finished, refined, or otherwise fabricated, processed, installed, or applied to form units of work. The word "Equipment" is defined as products with operational parts, regardless of whether motorized or manually operated, and particularly including products with service connections (wiring, piping, and other like items). Definitions in this paragraph are not intended to negate the meaning of other terms used in the Contract Documents, including "specialties," "systems," "structure," "finishes," "accessories," "furnishings," special construction," and similar terms, which are self-explanatory and have recognized meanings in the construction industry. B. Neither "Products" nor "Materials" nor "Equipment" includes machinery and equipment used for preparation, fabrication, conveying and erection of the WORK. 1.2 QUALITY ASSURANCE A. Source Limitations: To the greatest extent possible for each unit of work, the CONTRACTOR shall provide products, materials, and equipment of a singular generic kind from a single source. B. Compatibility of Options: Where more than one choice is available as options for CONTRACTOR'S selection of a product, material, or equipment, the CONTRACTOR shall select an option which is compatible with other products, materials, or equipment. Compatibility is a basic general requirement of product, material and equipment selections. I .3 PRODUCT DELIVERY AND STORAGE A. The CONTRACTOR shall deliver and store the WORK in accordance with manufacturer's mhten recommendations and by methods and means which will prevent damage, deterioration, and loss including theft. Delivery schedules shall be controlled to minimize long-term storage of products at site and overcrowding of construction spaces. In particular, the CONTRACTOR shall ensure coordination to ensure minimum holding or storage times for flammable, hazardous, easily damaged, or sensitive materials to deterioration, theft, and other sources of loss. Materials delivered onsite without an approved submittal for verification shall be rejected and payment withheld. I .4 TRANSPORTATION AND HANDLING A. Products shall be transported by methods to avoid damage and shall be delivered in undamaged condition in manufacturer's unopened containers and packaging. B. The CONTRACTOR shall provide equipment and personnel to handle products, materials, and equipment including those provided by OWNER, by methods to prevent soiling and damage. C. The CONTRACTOR shall provide additional protection during handling to prevent mam'ng and otherwise damaging products, packaging, and surrounding surfaces. PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS 0 1600- 1 1 S . STORAGE AND PROTECTION A. Products shall be stored in accordance with manufacturer's wdten instructions and with seals and labels intact and legible. Sensitive products shall be stored in weather-tight climate controlled enclosures and temperature and humidity ranges shall be maintained within tolerances required by manufacturer's recommendations. B. For exterior storage of fabricated products, products shall be placed on sloped supports above ground. Products subject to deterioration shall be Covered with impervious sheet covering and ventilation shall be provided to avoid condensation. C. Loose granular materials shall be stored on solid flat surfaces in a well-drained area and shall be prevented from mixing with foreign matter. D. Storage shall be arranged to provide access for inspection. The CONTRACTOR shall periodically inspect to assure products are undamaged and are maintained under required conditions. E. Storage shall be arranged in a manner to provide access for maintenance of stored items and for inspection. 1.6 MAINTENANCE OF STORAGE A. Stored products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a log of inspections and shall make the log available on request. B. The CONTRACTOR shall comply with manufacturer's product storage requirements and recommendations. C. The CONTRACTOR shall maintain manufacturer-required environmental conditions continually. D. The CONTRACTOR shall ensure that surfaces of products exposed to the elements are not adversely affected and that weathering of finishes does not occur. E. For mechanical and electrical equipment, the CONTRACTOR shall provide a copy ofthe manufacturer's service instructions with each item and the exterior of the package shall contain notice that instructions are included. F. Products shall be serviced on a regularly scheduled basis, and a log of services shall be maintained and submitted as a record document prior to acceptance by the OWNER in accordance with the Contract Documents. I .7 INVESTIGATION OF FAILED PRODUCTS A. Prior to disposal of failed products, materials, or equipment, the CONTRACTOR shall inform and report the causes of failure during or after construction to the CONSTRUCTION MANAGER. I .8 PROPOSED SUBSTITUTES OR "OR-EQUAL" ITEM A. Whenever materials or equipment are indicated in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier and/or Manufacturer, the naming of the item is intended to establish the type, function, and quality required. Unless expressly prohibited, materials or equipment of other suppliers and/or manufacturers may be accepted if suficient information is submitted by the CONTRACTOR to the CONSTRUCTION MANAGER for DESIGN CONSULTANT'S review to determine that the material or equipment proposed is equivalent or equal to that named, subject to the following requirements: PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTJONS 0 I600-2 1. The burden ofproof as to the type, function, and quality of any such substitute product, material or equipment shall be upon the CONTRACTOR. 2. The DESIGN CONSULTANT will be the sole judge as to the type, function, and quality of any such substitute and the CONSTRUCTION MANAGER'S decision shall be final. 3. The DESIGN CONSULTANT may require the CONTRACTOR to hrnish at the CONTRACTOR'S expense additional data about the proposed substitute. 4. -Tk OWNER may-reguire-fhe CONTRACTORto furnish afthe CONTRACTOR'S expense a special performance guarantee or other surety with respect to any substitute. 5. Acceptance by the DESIGN CONSULTANT of a substitute item proposed by the CONTRACTOR shall not relieve the CONTRACTOR of the responsibility for full compliance with the Contract Documents and for adequacy of the substitute. 6. The CONTRACTOR shall be responsible for resultant changes including design and construction changes and all additional costs resulting from the changes which the accepted substitution requires in the CONTRACTORS WORK, the WORK of its subcontractors and of other contractors, and shall effect such changes without cost to the OWNER. B. The procedure for review by the CONSTRUCTION MANAGER will include the following: I. If the CONTRACTOR wishes to provide a substitute item, the CONTRACTOR shall make written application to the CONSTRUCTION MANAGER on the "Substitution Request Form." 2. Unless otherwise provided by law or authorized in writing by the CONSTRUCTION MANAGER, the "Substitution Request Form( s)" shall be submitted within the 35-day period after award of the Contract. 3. Wherever a proposed substitute item has not been submitted within said 35-day period, or wherever the submission of a proposed substitute material or equipment has been judged to be unacceptable by the DESIGN CONSULTANT, the CONTRACTOR shall provide the material or equipment indicated in the Contract Documents. 4. The CONTRACTOR shall certify that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, and be similar and of equal substance to that indicated, and be suited to the same use as that specified. 5. The DESIGN CONSULTANT will evaluate each proposed substitute within a reasonable period of time. 6. As applicable, no shop drawing submittals shall be made for a substitute item nor shall any substitute item be ordered, installed, or utilized without the CONSTRUCTION MANAGER'S prior written acceptance of the CONTRACTOR'S "Substitution Request Form.'' __ ~~ 7. The CONSTRUCTION MANAGER will record the time required by the DESIGN CONSULTANT in evaluating substitutions proposed by the CONTRACTOR and in making changes by the CONTRACTOR in the Contract Documents occasioned thereby. Whether or not the DESIGN CONSULTANT accepts a proposed substitute, the CONTRACTOR shall reimburse the OWNER for the charges of the DESIGN CONSULTANT for evaluating each proposed substitute. PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS 0 1 600-3 I C. The CONTRACTOR'S application using the "Substitution Request Forms" shall contain the following statements and information which shall be considered by the CONSTRUCTION MANAGER in evaluating the proposed substitution: 1. The evaluation and acceptance of the proposed substitute will not prejudice the CONTRACTOR'S achievement of substantial completion on time. 2. Whether or not acceptance of the substitute for use in the WORK will require a change in any of - ~- the Contract Documents to adopt the design tothe proposed substitute. 3. Whether or not incorporation or use ofthe substitute in connection with the WORK is subject to payment of any license fee or royalty. 4. All variations of the proposed substitute from the items originally specified will be identified. 5. Available maintenance, repair, and replacement service will be indicated. The manufacturer shall have a local service agency (within 50 miles of the site) which maintains properly trained personnel and adequate spare parts and is able to respond and complete repairs within 24 hours. 6. Itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including cost of redesign and claims of other contractors affected by the resulting change. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) ** END OF SECTION ** PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTJONS 0 1600-4 PART 1 - GENERAL a SECTION 02050 - DEMOLITION I .01 WORK OF THIS SECTION The WORK of this Section includes hrnishing materials, equipment and labor necessary to perform and complete demolition of an existing lamp post and other sitework as shown in the drawings. ~ - __ - ~- -~ ~ .~ I .02 RELATED SECTIONS The WORK of the following Sections applies to the WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 01 045 Cutting and Patching 1.03 STANDARD SPECIFICATIONS Except as otherwise indicated in this Section of the Specifications, the CONTRACTOR shall comply with the Standard Specifications for Public Works Construction (SSPWC). 1.04 CODES The WORK of this Section shall comply with the current editions of the following codes: 1. Uniform Building Code 1.05 SUBMITTALS The following shall be submitted: 1. Demolition Schedule: The CONTRACTOR shall submit a complete coordination schedule for demolition WORK including shut-off and continuation of utility services prior to start of the WORK. The schedule shall indicate proposed methods and operations of facility demolition, and provide a detailed sequence of demolition and removal WORK to ensure uninterrupted operation of occupied areas. PART 2 -- PRODUCTS (Not Used) - _. - PART 3 - EXECUTION 3.01 GENERAL Structures shall be demolished and removed in compliance with applicable SSPWC subsections and the requirements indicated herein. 3.02 PROTECTION A. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement, settlement or collapse of structures to be demolished, if necessary. DEM OLlTl ON 02050-1 B. Unless otherwise indicated, the CONTRACTOR shall protect and maintain all utilities in the proximity of the facilities to be demolished. C. The CONTRACTOR shall protect the nearby existing equipment such as control panels and others from dust caused by demolition activities by covering, drop-curtains and other similar methods. 3.03 DISPOSAL OF DEMOLISHED MATERIALS A. Demolition and removal of debris shall be conducted to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities which shall not be closed or obstructed without permission from the OWNER. B. Site debris, rubbish, and other materials resulting from demolition operations shall be removed and disposed of in compliance all laws and regulations. Burning of removed materials from demolished structures shall not be permitted. 3.04 PATCHING AND REPAIRING A. The CONTRACTOR shall provide patching, replacing, repairing, and refinishing of damaged areas involved in demolition as necessary to match the existing adjacent surfaces and in compliance with Section 01045. The CONTRACTOR shall repair all damages caused to adjacent facilities by demolition at no additional cost to the OWNER. B. C. After patching and repairing has been completed, the CONTRACTOR shall carefully remove splatten'ngs of mortar from adjoining WORK (plumbing fixtures, trim, tile, and finished metal surfaces) and repair any damage caused by such cleaning operations. 3.05 CLEANING A. During and upon completion of WORK, the CONTRACTOR shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by WORK in a clean condition. B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition and return adjacent areas to condition existing prior to start of WORK. ** END OF SECTION ** DEMOLITION 02050-2 SECTION 02200 - EARTHWORK PART 1 - GENERAL 1. I WORK OF THIS SECTION A. The WORK of this Section includes all earthwork required for construction of the WORK. Such earthwork shall include the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials wet and dry, as required for the purposes of completing the WORK. B. Fill material is defined as material used to raise the level of a portion ofthe site to the line and grade indicated. Backfill material is defined as material used to refill an excavation. 1.2 RELATED SECTIONS Other Sections of the Specifications, not referenced here, shail apply to the extent required for proper performance of this WORK. 1.3 STANDARD SPECIFICATIONS Except as otherwise indicated in this Section ofthe Specifications, the CONTRACTOR shall comply with the Standard Specifications for Public Works Construction (SSPWC). I .4 REGULATORY REQUIREMENTS The WORK of this Section shall comply with current versions, with revisions, of the following: 1. Construction Safety Orders, Division of Industrial Safety, State of California. 2. California Department of Transportation Traffic Manual. 1.5 SHOP DRAWINGS AND SAMPLES The following shall be submitted: I. The CONTRACTOR shall comply with the provisions for "Shoring and Bracing Drawings" in Section 6705 of the California Labor Code. The CONTRACTOR, prior to beginning any trench or structure excavation 5 feet deep or over shall submit to the OWNER and shall be in possession ofthe OWNER'S written acceptance of the CONTRACTOR'S detailed plan showing design of all shoring, bracing, sloping of the sides of excavation, or other provisions for worker protection against the hazard of caving ground during the excavation of such trenches or structure excavation. Ifsuch plan varies from the shoring system established in the Construction Safety Orders of the State of California, such alternative system plans shall be prepared by a civil or structural engineer licensed in the State of California. - ~_.~ 2. Copy of the excavation permit issued by the California Department of Industrial Safety. 3. Samples of imported material. Samples shall be submitted in accordance with SSPWC, Subsection 306-1.3.5. 4. Such other samples of materials as the CONSTRUCTION MANAGER may require. EARTHWORK 02200- 1 I .6 SOIL TESTING A. General: All soils testing shall be done in accordance with SSPWC, Section 21 1, and by a testing laboratory of the OWNER's choice at the OWNER's expense. B. Compaction Tests: Where soil material is required to be compacted to a percentage of maximum density, the maximum density shall be determined in accordance with the requirements of SSPWC, Subsection 21 1-2. In case the tests of the fill or backfill show non-compliance with the required density, the CONTRACTOR shall accomplish such remedy as may be required to insure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the OWNER and shall be at the CONTRACTOR'S expense. PART 2 - PRODUCTS 2. I FILL AND BACKFILL MATERIALS A. General: Fill and backfill material shall consist of select material obtained from the excavation, imported material, granular bedding material, or unclassified material. The CONTRACTOR shall import at his expense materials in excess of the approved material obtained from excavation as required to complete the fill, backfill, and grading WORK as indicated. B. Select Material: Select material shall consist of primarily granular material encountered in the excavation which is free of vegetation, organic matter, debris, rocks larger than 4 inches in diameter and other unsuitable material, and shall have an expansion index less than 30 (less than 20 for footings and floor slabs) as determined by UBC Standard No. 29-2, plasticity index of 10 or less, a liquid limit of 30 or less and shall be approved as select material by the CONSTRUCTION MANAGER. C. Imported Material: Imported material shall conform to the same specifications as select material defined above. In addition, the imported materials shall have a minimum sand equivalent of I5 as determined by California Test Method No. 2 17. lniported material placed in areas to be planted shall be able to support normal plant growth. Obtain approval by the CONSTRUCTION MANAGER prior to transporting imported material. D. Bedding Material: Bedding material, defined asthat material supporting, surrounding and extending to 1 foot above the top of a pipe, shall be in accordance with SSPWC, Subsection 306-1.2.1. E. Unclassified Material: Unclassified material shall conform to SSPWC, Subsection 300-4. 2.2 ROCK PRODUCTS A. Rock products, consisting of crushed rock, rock dust, gravel, sand, and stone for riprap shall be clean, hard, sound, durable, uniform in quality and free of disintegrated material, organic matter, oil alkali, or other deleterious substance, and shall, unless otherwise specified, conform with the requirements of SSPWC, Subsection 200-1. 2.3 UNTREATED BASE MATERlALS A. B. Untreated base materials shall conform with the requirements of SSPWC, Subsection 200-2. Materials for use as untreated base or subbase shall be: I. Crushed Aggregate Base EARTHWORK 02200-2 2.4 ” TOPSOIL Topsoil shall be designated as Class A (imported), Class B (selected), or Class C (unclassified), and shall conform with the requirements of SSPWC, Subsection 212-1 .I. The CONSTRUCTION MANAGER shall determine the suitability of topsoil prior to use. PART 3 - EXECUTION 3.1 GENERAL A. The CONTRACTOR shall perform earthwork as necessary to complete the WORK as shown on the Contract Drawings and specified herein. The CONTRACTOR shall take the necessary precautionary measures to prevent dust or other nuisances which might be created by reason of his activities. The necessary precautionary measures shall conform to the requirements of SSPWC, Subsection 7-8. The requirements specified in Subsection 7-8 shall be extended to include paved surfaces. B. All types of earthwork, including trench, structural and general excavation, fill, backfill and compaction, shall. conform to applicable requirements of the SSPWC. Section 300, and to the requirements specified herein. 3.2 SITE PREPARATION A. Areas to be excavated, filled, graded, and to be occupied by permanent construction OJ embankments shall be prepared by clearing and grubbing. Clearing and grubbing shall conform to the applicable requirements of SSPWC, Subsection 300-1. 3.3 EXCAVATION A. General: Except when specifically provided to the contrary, excavation shall include the removal of all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the work. Unless otherwise directed, the removal of said materials shall conform to the lines and grades shown. Unless otherwiseprovided, the entire construction site shall be stripped of all vegetation and debris, and such material shall be removed from the site prior to performing any excavation or placing any fill. The CONTRACTOR shall furnish, place, and maintain all supports and shoring that may be required for the sides of the excavations, and all pumping, ditching, or other measures for the removal or exclusion of water as required. Excavations shall be sloped or otherwise supported in a safe manner in accordance with the rules, orders, and regulations of the Division of Industrial Safety of the State of California. B. Unclassified Excavation: Unclassified excavation shall consist of all excavation, including roadways, unless separately designated. 1. Unsuitable material shall be excavated and disposed of in accordance with the requirements of SSPWC, Subsection 300-2.2. 2. Wet material, if unsatisfactory for the specified use on the project solely because of high moisture content, may be processed to reduce the moisture content, or may be required to be removed and replaced with suitable material in accordance with the requirements of SSPWC, Subsection 300-2.2.2. 3. The removal and disposal of slide and slipout material shall be in accordance with SSPWC, Subsection 300-2.4. EARTHWORK 02200-3 4. Excavation slopes shall be finished in conformance with the lines and grades shown, and in accordance with SSPWC, Subsection 300-2.5. 5. Surplus material shall be disposed of off-site, and in accordance with SSPWC, Subsection 300-2.6. C. Structure Excavation: Structure excavation shall consist of the removal of material for the construction of foundations for bridges, retaining walls, headwalls, culverts, buildings, or other __- structures, and shall be in acc,dxethSSPSahaSQ-L- - __ 1. Cofferdams for foundation construction shall be constructed in accordance with SSPWC, Subsection 300-3.2. 2. The treatment of foundation material shall be in accordance with SSPWC, Subsection 300-3.3. D. Underground Conduit Excavation: 1. General: Excavation for underground conduits shall be in accordance with SSPWC, Subsection 306-1.1 and the requirements contained herein. Unless otherwise shown or ordered, excavation for pipelines and utilities shall be open-cut trenches. Trench widths shall be kept as narrow as is practical for the method of pipe zone densification selected by the CONTRACTOR, but shall have a minimum width at the bottom of the trench equal to the outside diameter of the pipe plus 24 inches for mechanical compaction methods and 18 inches for water consolidation methods. The maximum width at the top of the pipe shall be equal to the outside diameter of the pipe plus 36 inches for pipe diameters 18 inches and larger and to the outside diameter of the pipe plus 24 inches for pipe diameters less than 18 inches. Bracing Excavations: The manner of bracing excavations shall be as set forth in the rules, orders and regulations of the Division of Industrial Safety of the State of California, and in accordance with the requirements of SSPWC, Subsection 306-1 .I .6. ._ - _~_ - 2. 3. Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall be excavated uniformly to thegradeof the bottom of the pipe. The trench bottom shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the ground along the extreme bottom of the pipe. Rounding out the trench to form a cradle for the pipe will not be required. 4. Open Trench: The maximum amount of open trench permitted in any one location shall be 500 feet, or the length necessary to accommodate the amount ofpipe installed in a single day, - - __ _._ whiche-ver is greater, -All trenches shall be fully backfilled at the end of each day or, in lieu thereof, shall be covered by heavy steel plates adequately braced and capable of supporting vehicular traffic in those locations where it is impractical to backfill at the end of each day. The above requirements for backfilling or use of steel plate will be waived in cases where the trench is located further than 100 feet from any traveled roadway or occupied structure. In such cases, however, bam’cades and warning lights conforming to requirements set forth in the California Department of Transportation Traffic Manual shall be provided and maintained. 5. Trench Over-Excavation: Where the Drawings indicate that trenches shall be over- excavated, they shall be excavated to the depth required, and then backfilled to the grade of the bottom of the pipe. EARTH WORK 02200-4 6. Where pipelines are to be installed in embankment fills, the fill shall be constructed to a level at least one foot above the top of the pipe before the trench is excavated. E. Over-Excavation Ordered by CONSTRUCTION MANAGER: 1. Trenches shall be over-excavated beyond the depth shown when required by the CONSTRUCTION MANAGER. Such over-excavation shall be to the depth ordered. The trench shall then be backfilled to the grade of the bottom of the pipe. All work specified in this Section shall be performed by the CONTRACTOR at no additional cost to the OWNER when the over-excavation ordered by the CONSTRUCTION MANAGER is less than 6 inches below the limits shown. When the over-excavation ordered by the CONSTRUCTION MANAGER is 6 inches or greater below the limits shown, additional payment will be made to the CONTRACTOR for that portion of the work which is located below said 6-inch distance. -. F. Over-Excavation not Ordered or Indicated: 1. Any over-excavation cam’ed below the grade ordered or indicated shall be backfilled to the required grade with the specified material and compacted. Such work shall be performed by the CONTRACTOR at no additional cost to OWNER. G. Excavation in Lawn Areas: (Not Used) H. Excavation in Vicinity of Trees: 1. Except where trees are shown to be removed, trees shall be protected from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without written permission of the CONSTRUCTION MANAGER. Trees shall be supported during excavation by means previously reviewed by the CONSTRUCTION MANAGER. 1. Rock Excavation: 1. Rock excavation shall include removal and disposal of the following: (1) all boulders measuring 1/3 of a cubic yard or more in volume; (2) all rock material in ledges, bedding deposits, and unstratified masses which cannot be removed without systematic drilling and blasting; (3) concrete or masonry structures which have been abandoned; and (4) conglomerate deposits which are so firmly cemented that they possess the characteristics of solid rock and which cannot be removed without systematic drilling and blasting. 2. Said rock excavation shall be performed by the CONTRACTOR; provided, that should the quantity of rock excavation be affected by any change in the scope of the WORK, an appropriate adjustment of the contract price will be made. ~ ~ __ ~ 3.4 FILL AND BACKFILL A. General: I. Fill and Backfill shall be placed in accordance with the applicable provisions of SSPWC, Section 300, and the requirements stated herein. 2. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be placed around or upon any structure until the concrete has been properly cured and has attained sufficient strength to withstand the loads imposed. Backfill around water retaining structures shall not be placed until the structures have been tested, and the structures shall be full of water while backfill is being placed. EARTHWORK 02200-5 3. Except for drainrock materials being placed in over-excavated areas or trenches, backfill shall not be placed until all water is removed from the excavation. B. Placing and Spreading of Materials: 1. Materials shall be placed and spread evenly in layers. When compaction is achieved using mechanical equipment the layers shall be evenly spread so that when compacted each layer shall not exceed 8 inches in thickness. When compaction is achieved using flooding and jetting methods, each layer shall not exceed 3 feet in thickness after compaction. 2. During spreading, each layer shall be thoroughly mixed as necessary to promote uniformity of material in each layer. Bedding materials shall be brought up evenly around the pipe so that when compacted the material will provide uniform bearing and side support. 3. Where the material moisture content is below the optimum moisture content water shall be added before or during spreading until the proper moisture content is achieved. 4. Where the material moisture content is too high to permit the specified degree ofcompaction the material shall be dried until the moisture content is satisfactory. C. Compaction Requirements: I. Compaction tests shall be performed in accordance with SSPWC, Subsection 21 1-2. 2. The relative compaction of fill, backfill, and base material shall be in accordance with SSPWC, Section 300, with the following exceptions: a. Subgrade where trench has been overexcavated 95% b. One foot layer of crushed aggregate backfill in 95% overexcavated trench. Where trench is overexcavated more than 2 feet, minimum of 2 layers shall be compacted. C. Pipe zone for flexible and rigid pipe : 90% d. Fill beneath structures, including water containing 95% structures: D. Unclassified Fill: 1. All fill shall be of unclassified material unless separately designated. Construction of unclassified fill, including preparing the area on which fill is to be placed, and the depositing, conditioning, and compacting of fill material shall be in accordance with SSPWC, Subsection 300-4. E. Structure Backfill: 1. Backfill at structure shall be select material placed in accordance with SSPWC, Subsections 300-3.5 and 300-4.5. EARTH WORK 02200-6 I F. Underground Conduit Backfill: 1. Bedding around pipe shall be bedding material placed in accordance with the requirements of SSPWC, Subsection 306-1.2. 2. Backfill above shall be considered as starting 1 foot above the pipe or conduit, or at the subgrade for cast-in-place structures such as manholes, transition structures, junction structures, vaults, and valve boxes. 3. Backfill at underground conduits shall be select material placed and densified according to SSPWC, Subsection 306-1.3. 3.5 PREPARATION OF SUBGRADE UNDER IMPROVEMENT A. The preparation of subgrade for pavement, curbs and gutters, driveways, sidewalks and other roadway structures shall be in accordance with SSPWC, Subsection 301-1. 3.6 UNTREATED BASE A. Spreading and Compacting: 1. Aggregate base material shall be spread and compacted in accordance with SSPWC, Subsection 301-2. ** END OF SECTION ** EARTH W OM 02200-7 1 , SECTJON 02593 - HIGH DENSITY POLYETHYLENE PIPE a PART 1 - GENERAL 1.1 WORK OF THIS SECTION The WORK of this Section includes providing high density polyethylene pipe for conveying foul air. 1.2 RELATED SECTIONS The WORK of the following Sections applies to the WORK of this Section. Other Sections of the Specification, not referenced below, shall also apply to the extent required for proper performance of this WORK. I. Section 02200 Earthwork 2. Section 02600 Pipeline Construction 1.3 STANDARD SPECIFICATIONS Except as otherwise indicated in this Section ofthe Specifications, the CONTRACTOR shall comply with the Standard Specifications for Public Works Construction (SSPWC). 1.4 SPECIFICATIONS AND STANDARDS Except as otherwise indicated, the current editions of the following apply to the WORK of this Sedion: ASTM D 2657 Standard Practices for Heat-Joining Polyolefin Pipe and Fittings ASTM D 3350 Polyethylene Plastic Pipe and Fittings Materials 1.5 SHOP DRAWINGS AND SAMPLES The following shall be submitted: 1. Pipe manufacturer's name and product identification, including manufacturer's technical data on dimensions and stiffness, jointing instructions, stress-time rupture data and extrapolation for proposed resin, and verification of compliance with referenced standards. 2. Shop drawings of pipe supports including details of concrete inserts and anchors. PART 2 - PRODUCTS 2.1 PlPE A. General: Pipe shall be of the diameter, wall thickness, eccentricity, ovality, dimensions, tolerances, and have the markings of ASTM D 2513 including Annex AI. Unless indicated otherwise, the Standard Dimension Ratio (SDR) shall be 32.5. B. Material: classification 345434C. Color shall be black, and material shall be UV-stabilized. High density polyethylene resin shall be ASTM D 3350, type PE 3408 with cell HIGH DENSITY POLYETHYLENE PlPE 02593-1 C. Joints and Fittings: 1. Joints shall be butt fusion type complying with ASTM D 2657. 2. Fittings shall be molded, with pressure classification equal to the pipe. 2.2 PIPE SUPPORTS (Not Used) 2.3 PIPE INSULATION (Not Used) 2.4 FILL AND BACKFILL MATERIAL Bedding and pipe zone material shall be Class I %-inch crushed rock . Fill and backfill materials shall be in accordance with Sections 02200 and 02600. PART 3 - EXECUTION 3. I PRODUCT HANDLING AND STORAGE Pipe shall be laid out, stored, and handled in accordance with Section 02600 and the following: A. Pipe may be stacked or stored on the ground, but it shall not be pierced, scarred or gouged by stones or sharp objects. Do not stack higher than the manufacturer recommends. B. Handle pipe to prevent damage. When lifting segments of pipe, use wide web nylon slings or equivalent instead of chains or cable-type chokers. Use spreader bars when lifting long, joined sections. Care shall be exercised to avoid cutting or gouging the pipe. 3.2 JOINTS A. Sections of polyethylene pipe and fittings shall be joined into continuous lengths at the trench side as much as possible. The joining method shall be the thermal butt fusion method, performed in strict accordance with the pipe manufacturer's recommendations and producing joint strength equal to or greater than the pipe strength. Fusion equipment used in the joining procedure shall be capable of meeting all requirements of the pipe manufacturer, including fusion temperature, alignment, and fusion pressure. B. Butt fusion shall conform to ASTM D 2657 and pipe manufacturer's criteria for the type ofjoining. The strength of the fused joint shall be equal to that of the pipe itself. C. Fusion equipment shall be operated only by technicians who have been certified by a gas public utility or by the fusion equipment supplier. 3.3 INSTALLATION ABOVEGROUND Pipe, fittings, supports, and appurtenances shall be installed in accordance with the manufacturer's instructions or as indicated, whichever is more stringent. 3.4 INSTALLATION IN TRENCH A. General: Pipe shall be installed in accordance with the pipe manufacturer's recommendations, Section 02600, and the requirements herein. HJGH DENSITY POLYETHYLENE PIPE 02593-2 3. Excavation: Unless indicated otherwise, excavation shall be in accordance with Sections 02200 and 02600. C. Laying: Lay the pipe in accordance with ASTM D 2321, Section 7. Allow extra length of pipe to compensate for contraction in the cooler trench bottom. Keep the pipe interior clean and dry during and after laying. D. Pipe location shall be marked with metal strip and orange polyethylene caution tape. E. Backfilling and compaction shall be in accordance with ASTM D 2321, subsection 7.5. 3.5 FIELD TESTING Test for leaks by air pressure testing at 1-5 psi. After plugging both ends of the pipe, pressurize the pipe and hold for 5 hours to establish equilibrium. Do not allow oil mist from the compressor to enter the pipe. Reset the pressure and observe for any pressure loss for 3 hours. Any pressure loss shall be an indication of defective pipe, and the CONTRACTOR shall make repairs at no additional cost to the OWNER until the pipe passes the test. ** END OF SECTION ** HIGH DENSITY POLYETHYLENE PlPE 02593-3 SECTION 02600 - PIPELINE CONSTRUCTION PART 1 - GENERAL 1.1 WORK OF THIS SECTION The WORK of this Section includes providing general requirements for pipelines, including pipe, joints, specials,.and appurtenances, complete and in place. 1.2 RELATED SECTIONS The WORK of the following Sections applies to the WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 02200 Earthwork 2. Section 02593 HDPE Pipe 1.3 STANDARD SPECIFICATIONS Except as otherwise indicated in this Section of the Specifications, the CONTRACTOR shall comply with the Standard Specifications for Public Works Construction (SSPWC). 1.4 SHOP DRAWINGS AND SAMPLES In addition to the requirements of Section 02200 and the pipe material specifications, the following shall be submitted: 1. Line layout and marking diagrams which indicate the specific number of each pipe and fitting and the location of each pipe and the direction of each fitting in the completed line. In addition, the line layouts shall include: the pipe station and invert elevation at all changes in grade or horizontal alignment; the station and invert elevation to which the bell end of each pipe will be laid; all elements of curves and bends, both in horizontal and vertical alignment; and the limits of each reach of retrained andor welded joints, or of concrete encasement. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer. Materials delivered onsite without an approved submittal for verification shall be rejected and payment withheld. B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from the elements. C. Protection of Equipment: Equipment shall be boxed, crated, or otherwise protected from damage and moisture during shipment, handling, and storage. Equipment shall be protected from exposure to corrosive hmes and shall be kept thoroughly dry at all times. Pumps, motors, drives, electrical equipment, and other equipment with anti-friction or sleeve bearings shall be stored in weather tight storage facilities prior to installation. For extended storage periods, plastic equipment wrappers shall not be used to prevent accumulation of condensate in gears and bearings. Gears and bearings to be stored for extended periods shall be containerized suitable for export shipment. I) 1.6 FACTORY INSPECTION AND TESTING (Not Used) PIPELINE CONSTRUCTION I02600- 1 PART 2 - PRODUCTS 2.1 PIPE AND APPURTENANCES Provide pipe materials, coatings and linings, and appurtenances ofthe sizes and types indicated on the Drawings and comply with the applicable specification sections. 2.2 FILL AND BACKFILL MATERIAL Fill and backfill materials shall be in accordance with Section 02200. PART 3 - EXECUTION 3.1 3.2 3.3 3.4 3.5 3.6 PREPARATION Utility Relocation: Notify the CONSTRUCTION MANAGER ofproperty which must be relocated of existing public utilities and franchise holders which must be relocated and the reasonable time for doing so. The OWNER will contact the utility or franchise holder and request relocation. DEWATERING (Not Used) EXCAVATION A. Unless indicated otherwise, excavation and overexcavation shall be in accordance with Section 02200. B. Trench width shall be as indicated. C. Stabilize the trench subgrade by compaction to 95 percent relative density. Where trench bottom has been over-excavated, compact the bedding to 95 percent in 1 -foot thick layers. LAYOUT AND HANDLING Handling of Pipe and Accessories: Pipe shall be lifted in such a manner as to minimize bending and prevent damage to the pipe. During transport, pipe shall be supported to prevent distortion or damage to the pipe. When not being handled, pipe shall be stockpiled on timber cradles or properly prepared ground with all rocks larger than 3 inches eliminated. All pipe, fittings valves and accessories shall be carefilly lowered into the trench in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. The CONTRACTOR shall smooth out any bum, gouges, or weld splatter and repair other defects prior to laying the pipe. Any pipe section, including coatings and linings, that becomes damaged as a result of handling or stockpiling shall be replaced with a new unit or repaired at the discretion of the CONSTRUCTION MANAGER at no additional cost to the OWNER. DIVERSION PUMPING (Not Used) INSTALLATION A. General: Pipe shall be installed in accordance with the pipe manufacturer's recommendations and the applicable provisions of SSPWC Subsection 306-1.2, and the requirements herein. B. Interferences I. CONTRACTOR shall protect and maintain all underground and surface utility structures, drains, sewers, and other obstructions encountered in the progress of the WORK. Where indicated that the grade or alignment of the pipe is obstructed by existing utility structures PIPELINE CONSTRUCTION PAGE 02600-2 such as conduits, ducts, or pipes, the obstruction shall be supported until it is relocated, removed, or reconstructed by the CONTRACTOR in cooperation with owners of such utility structures. Unless otherwise indicated, this WORK shall be performed at no additional cost to the OWNER. 2. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the CONSTRUCTION MANAGER may direct a change in the alignment or the grades. Such change shall be made by the deflection ofjoints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed the maximum deflection recommended by the pipe manufacturer. No joint shall be misfit any amount which will be detrimental to the strength and integrity of the finished joint. ~. ~ C. Cutting and machining of the pipe shall only be in accordance with the pipe manufacturer's standard procedures for this operation. Pipe shall not be cut with a cold chisel, standard iron pipe cutter, nor any other method that may fracture the pipe, produce ragged, uneven edges, or otherwise impair the condition of the pipe. D. The CONTRACTOR shall install all pipe, fittings, closure pieces, bends, reducers, wyes, tees, crosses, outlets, manifolds, and other steel plate specials, bolts, nuts, gaskets, jointing materials, and all other appurtenances as indicated and as required to provide a complete and workable installation. No pipe or appurtenance shall be installed when the interior or exterior surfaces show cracks or other defects that may be hadl as determined by the CONSTRUCTION MANAGER. Damaged interior and exterior surfaces shall be repaired to the satisfaction of the CONSTRUCTION MANAGER or a new undamaged pipe or appurtenance shall be provided. E. Pipe laying operations shall be stopped and dewatering operations shall be adjusted to prevent the pipe from floating due to water entering the trench from any source. The CONTRACTOR shall reinstall all affected pipe to its specified condition and grade. F. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be closed with water tight expandable type sewer plugs or PVC test plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use ofburlap, wood, or other similar temporary plugs will not be permitted. Immediately before placing each section of pipe in final position for jointing, the bedding shall be checked for firmness and uniformity of surface. ~ __ ~~ ~ G. H. Pipe shall be laid directly on the bedding material. No blocking will be permitted and the bedding shall form a continuous, solid bearing for the fill length of the pipe. Excavate to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells or couplings and to facilitate placement of grout bands. Excavation shall be adequate to permit access to the joints for bonding operations and for application of coating on field joints. I. Backfilling and compaction shall comply with Section 02200 and the pipe specifications. 3.7 CORROSION CONTROL A. Joint Bondingnest Stations: Except where otherwise indicated, all joints shall be bonded in accordance with the details indicated. The CONTRACTOR shall furnish all materials required for joint bonding and test station installations. The pipe shall be cleaned to bare bright metal at the point where the bond is installed. The pipe manufacturer shall be responsible for determining and implementing a suitable procedure and schedule for installation ofbonding-field versus factory versus combination-in such a manner that the corrosion resistance of the lining and coating is not degraded PIPELINE CONSTRUCTION 02600-3 a by the bonding process. It may involve welding joint bonding pads, or welding the bonding wires in the factory before applying the lining and coating specified and/or may involve patching impaired areas in the factory or the field. To accommodate attachment of the joint bonding pad, which is used to eliminate damage to the interior pipe lining- polyurethane and fusion-bonded epoxy-during the alumino-them1 welding, 21/z1’ x 2” x Y?’ thick pads of the same metal as the pipe shall be welded on both ends ofthe pipe prior to lining and coating. Following field welding of the bond wires to the pipe, the exterior coating shall be repaired. The CONTRACTOR shall use the proper size of alumho-thermal welding charge for installing the joint bonding wires. 3.8 3.9 SITE RESTORATION POST-INSTALLATION TELEVISION INSPECTION (Not Used) A. B. Backfill and compact soil in accordance with Section 02200. Place subgrade and base materials in accordance with Section 02200. C. Replace damaged pavement, curbs, gutters, and sidewalks, shrubs, and trees as indicated in SSPWC Subsection 306-1.5.2. ** END OF SECTION ** PIPELINE CONSTRUCTION PAGE 02600-4 SECTION 03200 - REINFORCEMENT STEEL PART 1 - GENERAL 1.1 WORK OF THJS SECTION The WORK ofthis Section includes providing all concrete reinforcement steel, and concrete inserts for use in reinforced concrete and masonry construction, including all the wires, clips, supports, chairs, spacers, and other accessories. ~~ 1.2 RELATED SECTIONS The WORK of other Sections ofthe Specifications, not referenced below, shall apply to the extent required for proper performance of this WORK. 1.3 CODES The WORK of this Section shall comply with the current editions of the following codes: 1. Uniform Building Code I .4 SPECIFICATIONS AND STANDARDS Except as otherwise indicated, the current editions of the following apply to the WORK of this Section. ACI 315 Details and Detailing of Concrete Reinforcement. ACI 318 Building Code Requirements for Structural Concrete. CRSl MSP-I Concrete Reinforcing Steel Institute Manual of Standard Practice ASTM A 82 Specification for Steel Wire, Plain, for Concrete Reinforcement. ASTM A 61 5 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 1.5 SHOP DRAWINGS AND SAMPLES A. The following shall be submitted: 1. Shop bending diagrams, placing lists, and drawings of all reinforcement steel prior to fabrication. B. Details of the concrete reinforcement steel and concrete inserts shall be submitted by the CONTRACTOR at the earliest possible date after receipt by the CONTRACTOR of the Notice to Proceed. Details of reinforcement steel for fabrication and erection shall conform to ACI 3 15 and the requirements indicated. The shop bending diagrams shall show the actual lengths of bars, to the nearest inch measured to the intersection of the extensions (tangents for bars of circular cross section) ofthe outside surface. The shop drawings shall include bar placement diagrams which clearly indicate the dimensions of each bar splice. C. Mill certificates shall be delivered with each shipment of reinforcing bars. REINFORCEMENT STEEL 03200-1 1.6 FACTORY TESTING A. If requested by the CONSTRUCTION MANAGER, the CONTRACTOR shall provide samples from each heat of reinforcement steel delivered in a quantity adequate for testing. Costs of initial tests and sample materials will be paid by the OWNER. Costs of additional tests due to material failing initial tests shall be paid by the CONTRACTOR. PART 2 - PRODUCTS - ~ .. ~- ~- 2.1 REINFORCEMENT STEEL A. Reinforcement Steel for all cast-in-place reinforced concrete construction shall conform to the following requirements: I. Bar reinforcement shall conform to the requirements of ASTM A 615 for Grade 60 Billet Steel Reinforcement with supplementary requirement S- 1, or as otherwise indicated. 2. Spiral reinforcement shall be cold-drawn steel wire conforming to the requirements of ASTM A 82. B. Accessories: I. Accessories shall include all necessary chairs, slab bolsters, concrete blocks, tie wires, dips, supports, spacers, and other devices to position reinforcement during concrete placement. All bar supports shall meet the requirements of the CRSl Manual of Standard Practice. Wire bar supports shall be CRSI Class I for maximum protection with a 1/8-inch minimum thickness ofplastic coating which extends at least 1R-inch from the concrete surface. Plastic shall be gray in color. 2. Concrete blocks (dobies), used to support and position reinforcement steel, shall have the same or higher compressive strength as specified for the concrete in which it is located. Wire ties shall be embedded in concrete block bar supports. 3. Tie wire shall be a minimum 14 gauge annealed steel wire. C. Epoxy coating for reinforcing and accessories, where specified or shown, shall conform to ASTM A 775, but its usage shall be subject to the OWNER'S approval. 2.2 MECHANICAL COUPLERS (Not Used) 2.3 WELDED SPLICES (Not Used) 2.4 EPOXY GROUT Epoxy for grouting reinforcing bars shall be specifically formulated for such application, for the moisture condition, application temperature, and orientation of the hole to be filled. Epoxy grout shall meet the requirements found in Section 033 15. REINFORCEMENT STEEL 03200-2 PART 3 - EXECUTION e 3.1 GENERAL All reinforcement steel, and other appurtenances shall be fabricated, and placed in accordance with the requirements of the Building Code and the supplementary requirements specified herein. 3.2 FABRICATION A. General: 1. Reinforcement steel shall be accurately formed to the dimensions and shapes shown, and the fabricating details shall be prepared in accordance with ACI 3 I5 and ACI 3 18, except as indicated. Stirrups and tie bars shall be bent around a pin having a diameter not less than 1 - 112-inch forNo. 3 bars, 2-inch for No. 4 bars, and 2-1R-inch forNo. 5 bars. Bends for other bars shall be made around a pin having a diameter not less than 6 times the bar diameter, except for bars larger than 1 inch, in which case the bends shall be made around a pin of 8 bar diameters. Bars shall be bent cold. 2. The CONTRACTOR shall fabricate reinforcement bars for structures in accordance with bending diagrams, placing lists, and placing drawings. B. Fabricating Tolerances: Bars used for concrete reinforcement shall meet the following requirements for fabricating tolerances: 1. Sheared length: 5 1 inch 2. Depth of truss bars: + 0, - 112 inch 3. Stirrups, ties, and spirals: 5 1/2 inch 4. A11 other bends: 5 1 inch 3.3 PLACING A. Reinforcement steel shall be accurately positioned and shall be supported and wired together to prevent displacement, using annealed iron wire ties or suitable clips at intersections. All reinforcement steel shall be supported by concrete, plastic or metal supports, spacers or metal hangers which are strong and rigid enough to prevent any displacement of the reinforcement steel. Where concrete is to be placed on the ground, supporting concrete blocks (or dobies) shall be used, in suficient numbers to support the bars without settlement, but in no case shall such support be continuous. All concrete blocks used to support reinforcement steel shall be tied to the steel with wire ties which are embedded in the blocks. For concrete over formwork, the CONTRACTOR shall hrnish concrete, metal, plastic, or other acceptable bar chairs and spacers. B. Limitations on the use of bar support materials shall be as follows. I. Concrete Dobies: permitted at all locations except where architectural finish is required. 2. Wire Bar Supports: permitted only at slabs over dry areas, interior dry wall surfaces, and exterior wall surfaces. 3. Plastic Bar Supports: permitted at all locations except on grade. C. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. REINFORCEMENT STEEL 03200-3 D. Bars additional to those shown which may be found necessary or desirable by the CONTRACTOR for the purpose of securing reinforcement in position shall be provided by the CONTRACTOR at no additional cost to the OWNER. E. Unless otherwise specified, reinforcement placing tolerances shall be within the limits specified in Section 7.5 of ACI 31 8 except where in conflict with the requirements of the UBC. F. Bars may be moved as necessary to avoid interference with other reinforcement steel, conduits, or embedded items. If bars are moved more than one bar diameter, or enough to exceed the above tolerances, the resulting arrangement of bars shall be subject to the approval ofthe CONSTRUCTION MANAGER. G. Accesson'es supporting reinforcing bars shall be spaced such that there is no deflection of the accessory from the weight of the supported bars. When used to space the reinforcing bars from wall forms, the forms and bars shall be located so that there is no deflection of the accessory when the forms are tightened into position. 3.4 SPACING OF BARS A. The clear distance between parallel bars (except in columns and between multiple layers of bars in beams) shall be not less than the nominal diameter of the bars nor less than 1-1/3 times the maximum size of the coarse aggregate, nor less than one inch. B. Where reinforcement in beams or girders is placed in 2 or more layers, the clear distance between layers shall be not less than one inch. C. In columns, the clear distance between longitudinal bars shall be not less than 1-1/2 times the bar diameter, nor less than 1-1/2 times the maximum size of the coarse aggregate, nor less than 1-1/2 inches. D. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars. 3.5 SPLICING A. General: 1. Reinforcement bar splices shall only be used at locations indicated. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall be as acceptable to the DESIGN ENGINEER. B. Splices of Reinforcement: 1. The length of lap for reinforcement bars, unless otherwise indicated, shall be in accordance with ACI 318. 2. Splices in column spiral reinforcement, when necessary, shall be made by welding or by a lap of 1-1/2 turns. C. Bending or Straightening: Reinforcement shall not be straightened or rebent in amannerwhichwill injure the material. Bars with kinks or bends not shown shall not be used. All bars shall be bent cold, unless otherwise permitted by the CONSTRUCTION MANAGER. No bars partially embedded in concrete shall be field-bent except as shown or specifically permitted by the CONSTRUCTION MANAGER. REINFORCEMENT STEEL 03200-4 ’ D. Tack welding of reinforcing bars is prohibited. @ 3.6 CLEANING AND PROTECTION A. Reinforcement steel shall at all times be protected from conditions conducive to corrosion until concrete is placed around it. B. The surfaces of all reinforcement steel and other metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar and other foreign substances immediately before the concrete is placed. Where there is delay in depositing concrete, reinforcement shall be reinspected and, if necessary recleaned. 3.7 EMBEDMENT OF DRILLED REINFORCING STEEL DOWELS A. Hole Preparation: 1. The hole diameter shall be as recommended by the epoxy manufacturer but shall be no larger than 0.25 inch greater than the diameter of the outer surface of the reinforcing bar deformations. 2. The depth of the hole shall be as recommended by the epoxy manufacturer to fully develop the bar but shall not be less than I2 bar diameters, unless noted otherwise. 3. The hole shall be drilled by methods which do not interfere with the proper bonding of epoxy. 4. Existing reinforcing steel in the vicinity of proposed holes shall be located prior to drilling. The location of holes to be drilled shall be adjusted to avoid drilling through or nicking any existing reinforcing bars. 5. The hole shall be blown clean with clean, dry compressed air to remove all dust and loose particles. 6. Epoxy shall be injected into the hole through a tube placed to the bottom of the hole. The tube shall be withdrawn as epoxy is placed but kept immersed to prevent formation of air pockets. The hole shall be filled to a depth that insures that excess material will be expelled from the hole during dowel placement. 7. Dowels shall be twisted during insertion into the partially filled hole so as to guarantee full wetting of the bar surface with epoxy. The bar shall be inserted slowly enough to avoid developing air pockets. REINFORCEMENT STEEL ~ .. ** END OF SECTJON ** 03200-5 SECTION 03280 -JOINTS IN SITEWORK CONCRETE PART 1 - GENERAL 1 .I WORK OF THIS SECTION The WORK of this Section includes providing expansion joints, contactjoints, and weakened plane joints in concrete pavement, sidewalk, curb and gutter. 1.2 RELATED SECTIONS The WORK of other Sections ofthe Specifications, not referenced below, shall apply to the extent required for proper performance of this WORK. 1.3 STANDARD SPECIFICATIONS Except as otherwise indicated in this Section of the Specifications, the CONTRACTOR shall comply with the Standard Specifications for Public Works Construction (SSPWC). 1.4 SPECIFICATIONS AND STANDARDS Except as otherwise indicated, the current editions of the following apply to the WORK of this Section: 1. ASTM D 175 1 Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) Preformed Expansion Joint Filler for Concrete (Bituminous Type) 2. ASTM D 994 1.5 SHOP DRAWINGS AND SAMPLES The following shall be submitted: 1. Placement shop drawings showing the location and type of all joints. 2. Catalog cuts and samples of the preformed expansion joint filler material including complete product data. 1.6 OWNER'S MANUAL The following shall be included in the OWNER'S MANUAL: 1. Manufacturer's certification indicating that the preformed expansion joint material meets or exceeds the requirements of these Specifications. PART 2 - PRODUCTS 2.1 PREMOLDED JOINT FILLER Premolded joint filler shall be in conformance with SSPWC subsection 201 -3.2 and shall be either Preformed Expansion Joint Filler (ASTM D994) or Nonextruding and Resilient Filler (ASTM D 1751) as indicated. JOINTS IN SITEWORK CONCRETE 03280-1 2.2 STEEL BARS AND DOWELS Steel bars used in construction joints or contact joints shall conform to SSPWC subsection 201-2.2. 2.3 CONCRETE CURING COMPOUND Curing compound shall comply with SSPWC subsection 20 1-4. PART 3 - EXECUTION 3.1 EXPANSION JOINTS A. Expansion joints in sitework concrete shall be constructed in accordance with SSPWC subsection 302- 6.5.3 except that the configuration of the joint shall be as indicated on the drawings. B. Expansion joints in concrete curbs, sidewalk and gutter shall comply with SSPWC subsection 303- 5.4.2 except that the joint configuration shall be as indicated on the drawings. 3.2 CONSTRUCTION JOINTS Construction joints in sitework concrete shall comply with SSPWC subsection 302-6.5.2. 3.3 WEAKENED PLANE JOINTS A. Weakened plane joints in sitework concrete shall comply with SSPWC subsection 302-6.5.4 except that the configuration of the joint shall be as indicated on the drawings. B. Weakened plane joints in concrete curbs, sidewalks and gutters shall comply with SSPWC subsection 303-5.4.3 except that the joint configuration shall be as indicated on the drawings. 3.4 CONTACT JOINTS Contact joints in concrete pavement shall be made by placing fresh concrete against hardened concrete. A moisture bamer consisting of curing compound conforming to SSPWC subsection 201 -4 shall be applied to the face of any contact joint and allowed to dry prior to placing fresh concrete against that joint face. This provision is also applicable to existing portland cement concrete pavement not constructed as part ofthe WORK performed under the contract. Application rate shall be as specified in SSPWC subsection 302-6.6 for the compound used. ** END OF SECTION ** JOJNTS IN SlTEWORK CONCRETE 03280-2 SECTION 03315 - GROUT PART 1 - GENERAL I. I WORK OF THIS SECTION A. The WORK of this Section includes providing grout other than that required for masonry work. B. The following types of grout are included in the WORK of this Section: 1. Non-Shrink Grout: This type of grout shall be used wherever grout is required, unless another type is specifically indicated. 2. Cement Grout 3. Epoxy Grout 4. Topping Grout and Concrete Fill 1.2 RELATED SECTIONS The WORK of other Sections of the Specifications not referenced below, shall apply to the extent required for proper performance of this WORK. 1.3 SPECIFICATIONS AND STANDARDS Except as otherwise indicated, the current versions of the following apply to the WORK of this Section: CRD-C 62 I Corps of Engineers Specification for Non-shrink Grout ASTM C 109 Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in or 50-mm Cube Specimens) ASTM C 531 Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical- Resistant Mortars, Grouts, and Monolithic Surfacings ASTM C 579 Test Methods for Compressive Strength of Chemical-Resistant Mortars and Monolithic Surfacings ASTM C 827 Test Method for Early Volume Change of Cementitious Mixtures ASTMDF ~ -'Tiit mtFodod-6rCoeffTZent%f Linear ThermaI Expansion of Plastics 1.4 SHOP DRAWINGS AND SAMPLES The following shall be submitted: 1. Manufacturer's literature containing instructions and recommendations on the mixing, handling, placement, and appropriate uses for each type of non-shrink and epoxy grouts proposed for use in the WORK. 2. Certified test results verifying the compressive strength, shrinkage, and expansion properties for proposed non-shrink and epoxy grouts. GROUT 03315-1 1.5 TESTING DURING CONSTRUCTION Field Tests: 1. Compression test specimens Will be taken during construction from the first placement of each type of grout, and at intervals thereafter as selected by the CONSTRUCTION MANAGER to insure continued compliance with these specifications. The specimens will be made by the CONSTRUCTION MANAGER OJ his representative. 2. Compression tests and fabrication of specimens for cement grout and non-shrink grout Will be performed as specified in ASTM C 109 at intervals during construction as selected by the CONSTRUCTION MANAGER. A set of three specimens will be made for testing at 7 days, 28 days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grout will be performed as specified in ASTM C 579, Method B, at intervals during construction as selected by the CONSTRUCTION MANAGER. A set of three specimens will be made for testing at 7 days, and each earlier time period as appropriate. 4. All grout, already placed, which fails to meet the requirements of these specifications, is subject to removal and replacement at the cost of the CONTRACTOR. 5. The cost of all laboratory tests on grout will be borne by the OWNER, but the CONTRACTOR shall assist the CONSTRUCTION MANAGER in obtaining specimens for testing. However, the CONTRACTOR shall be charged for the cost of any additional tests and investigation on work performed which does not meet the specifications. The CONTRACTOR shall supply all materials necessary for fabricating the test specimens. PART 2 -- PRODUCTS 2. I CEMENT GROUT Cement Grout: Cement grout shall be composed of one part cement, three parts sand, and the minimum amount of water necessary to obtain the desired consistency. Where needed to match the color of adjacent concrete, white portland cement shall be blended with regular cement as needed. The minimum compressive strength at 28 days shall be 4000 psi. 2.2 PREPACKAGED GROUTS A. Non-Shrink Grout: 1. Non-shrink grout shall be a prepackaged, inorganic, non-gas-liberating, non-metallic, cement-based grout requiring only the addition ofwater. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation for each class ofnon-shrink grout indicated herein shall be that recommended by the manufacturer for the particular application. 2. Class A non-shrink grouts shall have a minimum 28 day compressive strength of 5000 psi; shall have no shrinkage (0.0 percent) and a maximum 4.0 percent expansion in the plastic state when tested in accordance with ASTM C 827; and shall have no shrinkage (0.0 percent) and a maximum of 0.2 percent expansion in the hardened state when tested in accordance with CRD C 62 I. GROUT 033 15-2 3. Class B non-shrink grouts shall have a minimum 28 day compressive strength of 5000 psi and shall meet the requirements of CRD C 62 I. 4. Application: a. Class A non-shrink grout shall be used for the repair of all holes and defects in concrete members which are water bearing or in contact with soil OJ other fill material, grouting under all equipment base plates, and at all locations where grout is specified in the contract documents; except, for those applications for Class B non-shrink grout and epoxy grout indicated herein. Class A non-shrink grout may be used in place of Class B non-shrink grout for all applications. b. Class B non-shrink grout shall be used for the repair of all holes and defects in concrete members which are not water-bearing and not in contact with soil OJ other fill material, grouting under all base plates for structural steel members, and grouting railing posts in place. B. Epoxy Grout: 1. Epoxy grout shall be a pourable, non-shrink, 100 percent solids system. The epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all premeasured and prepackaged. The resin component shall not contain any non-reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are not acceptable. Variation of component ratios is not permitted unless specifically recommended by the manufacturer. Manufacturer’s instructions shall be printed on each container in which the materials are packaged. 2. The chemical forrnulation ofthe epoxy grout shall be that recommended by the manufacturer for the particular application. 3. The mixed epoxy grout system shall have a minimum working life of 45 minutes at 75 * F. 4. The epoxy grout shall develop a compressive strength of 5000 psi in 24 hours and 10,OOOpsi in seven days when tested in accordance with ASTM C 579, Method B. There shall be no shrinkage (0.0 percent) and a maximum 4.0 percent expansion when tested in accordance with ASTM C 827. 5. The epoxy grout shall exhibit a minimum effective bearing area of 95 percent. This shall be determined by a test consisting of filling a 2-inch diameter by 4-inch high metal cylinder mold covered with a glass plate coated with a release agent. A weight shall be placed on the glass plate. At 24 hours after casting, the weight and plate shall be removed and the area in plan of all voids measured. The surface of the grout shall be probed with a sharp instrument to locate all voids. 6. The peak exotherm of a 2-inch diameter by 4-inch high cylinder shall not exceed 95 degrees F when tested with 75 degree F material at laboratory temperature. The epoxy grout shall exhibit a maximum thermal coefficient of 30 x inches/inch/degree F when tested according to ASTM C 53 1 OJ ASTM D 696. 7. Application: Epoxy grout shall be used to embed all anchor bolts and reinforcing steel required to be set in grout, and for all other applications required in the Contract Documents. GROUT 033 15-3 2 .3 TOPPING GROUT AND CONCRETE FILL A. Grout for topping of slabs and concrete fill for built-up surfaces of tank, channel, and basin bottoms shall be composed of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned and mixed as indicated herein. B. Topping grout and concrete fill shall contain a minimum of 564 pound of cement per cubic yard with a maximum water cement ratio of 0.45. C. Coarse aggregate shall be graded as follows: U.S. STANDARD PERCENT BY SIEVE SIZE WEIGHT PASSING 1 r2" 318" No. 4 No. 8 No. 16 No. 30 100 90- I00 20-55 5-30 0-1 0 0 D. Final mix design shall be as determined by trial mix design under supervision of the approved testing laboratory. E. Strength: Minimum compressive strength of topping grout and concrete fill at the end of 28 days shall be 3000 psi. 2.4 CURING MATERlALS (Not Used) 2.5 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. Dry pack consistency is such that the grout is plastic and moldable but will not flow. Where "dry pack" is called for in the Contract Documents, it shall mean a grout of that consistency; the type of grout to be used shall be as required for the particular application. B. The slump for topping grout and concrete fill shall be adjusted to match placement and finishing conditions but shall not exceed 4 inches. 2.6 MEASUREMENT OF JNGREDIENTS A. Measurements for cement grout shall be made accurately by volume using containers. Shovel measurement shall not be allowed. B. Prepackaged grouts shall have ingredients measured by means recommended by the manufacturer. 2.7 MANUFACTURERS Products shall be of the following manufacture (or equal): 1. Epoxy Grout: BurkEpoxy Anchoring Grout by the Burke Company GROUT 033 154 PART> - EXECUTION e 3.1 GENERAL A. The finish of the grout surface shall match that of the adjacent concrete. B. The manufacturer of Class A non-shrink grout and epoxy grout shall provide on-site technical assistance upon request. Base concrete or masonry must have attained its design strength before grout is placed, unless authorized by the CONSTRUCTION MANAGER. C. 3.2 GROUTING PROCEDURES A. Prepackage Grouts: All mixing, surface preparation, handling, placing, consolidation, curing, and other means of execution for prepackaged grouts shall be done according to the instructions and recommendations of the manufacturer. B. Base Plate Grouting: 1. For base plates, the original concrete shall be blocked out or finished off a sufficient distance below the plate to provide for a one-inch thickness of grout or a thickness as indicated. 2. After the base plate has been set in position at the proper elevation by steel wedges or double nuts on the anchor bolts, the space between the bottom of the plate and the original pour of concrete shall be filled with non-shrink-type grout. The mixture shall be of a trowelable consistency and tamped or rodded solidly into the space between the plate and the base concrete. A backing board or stop shall be provided at the back side ofthe space to be filled with grout. Where this method of placement is not practical or where required by the CONSTRUCTION MANAGER, alternate grouting methods shall be submitted for acceptance. C. Topping Grout: I. All mechanical, electrical, and finish work shall be completed prior to placement of topping or concrete fill. The base slab shall be given a roughened textured surface by sandblasting or hydroblasting exposing the aggregates to ensure bonding to the base slab. 2. The minimum thickness of grout topping and concrete fill shall be one inch. Where the finished surface of concrete fill is to form an intersecting angle of less than 45 degrees with the concrete surface it is to be placed against, a key shall be formed in the concrete surface at the intersection point. The key shall be a minimum of 3-1/2-inches wide by I-1/2-inches deep. 3. The base slab shall be thoroughly cleaned and wetted prior to placing topping and fill. No topping concrete shall be placed until the slab is complete free from standing pools or ponds of water. A thin coat of neat Type 11 cement grout shall be broomed into the surface of the slab just before topping of fill placement. The topping and fill shall be compacted by rolling or tamping. brought to established grade, and floated. Grouted fill for tank and basin bottoms where scraping mechanisms are to be installed shall be screeded by blades attached to the revolving mechanism of the equipment in accordance with the procedures outlined by the equipment manufxturer afier the grout is brought to the established grade. 4. Topping grout placed on sloping slabs shall proceed uniformly from the bottom ofthe slab to the top, for the full width of the placement. GROUT 033 15-5 5. The surface shall be tested with a straight edge to detect high and low spots which shall be immediately eliminated. When the topping and fill has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. An approved type of mechanical trowel may be used as an assist in this operation, but the last pass over the surface shall be by hand-troweling. During finishing, no water, dry cement OJ mixture of dry cement and sand shall be applied to the surface. 3.3 CONSOLIDATION Grout shall be placed in such a manner, for the consistency necessary for each application, so as to assure that the space to be grouted is completely filled. ** END OF SECTION ** GROUT 033 15-6 SECTlON 05120 - STRUCTURAL STEEL PART 1 - GENERAL 1.1 I .2 1.3 1.4 WORK OF THIS SECTION The WORK of this Section includes providing structural steel and related appurtenances. RELATED SECTIONS The WORK ofthe following Section applies to the WORK of this Section. Other Sections ofthe Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 09800 Protective Coating STANDARD SPECIFICATIONS Except as otherwise indicated in this Section of the Specifications, the CONTRACTOR shall comply with the Standard Specifications for Public Works Construction (SSPWC). CODES The WORK of this Section shall comply with the current editions of the following codes: 1. Uniform Building Code SPECIFICATIONS AND STANDARDS Except as otherwke indicated, the applicable sections of the current editions of the documents indicated apply to the WORK of this Section. 1. 2. 3. 4. 5. 6. 7. 8. 9. IO. 1 I. AISC MOI 1 AISC S326 ASTM A36 ASTM A53 ASTM A276 ASTM A283 ASTM A307 ASTM A320 ASTM A325 ASTM A490 ASTM A500 Manual of Steel Construction for Shop and Field Welding Design, Fabrication and Erection of Structural Steel for Buildings Structural Steel Plates Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless, Grade B Specification for Stainless Steel Bars and Shapes Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes and Bars Carbon Steel Externally Threaded Standard Fasteners, Grade A Alloy-Steel Bolting Materials for Low Temperature Service, Type 304 High-Strength Bolts for Structural Steel Joints Heat-Treated Structural Steel Bolts Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes, Grade B STRUCTURAL STEEL 05 1 20- 1 12. 13. ASTM A572 Structural Steel (Grade 50) ASTM A501 Hot-Formed Welded and Seamless Carbon Streel Structural Tubing 14. ASTM A666 Austenitic Stainless Steel, Sheet, Strip, Plate and Flat Bar for Structural Applications, Grade A, Type 3 16 ~ 15. AWSB3.0 Welding Procedures and Performance Qualifications 16. AWS-DI.1 Structural Welding Code--Steel 17. AWS-Wl Welding Metallurgy ~ 1.6 SHOP DRAWINGS AND SAMPLES The following shall be submitted: 1. Shop drawings, including details, dimensions, details of match markings and all information necessary for fabrication. 2. Welding procedures and welder qualifications. I .7 OWNER'S MANUAL The following shall be included in the OWNER'S MANUAL: 1. Certificates that steels comply with the indicated standards. 2. Certificates that welding operators and procedures comply with the indicated requirements. PART 2 - PRODUCTS 2. I MATERIALS Materials for structural steel members and connection, unless otherwise indicated, shall comply with the following: 1. Standard rolled steel sections 2. Pipe columns 3. Structural steel tubing ASTM A572 Grade 50 ASTM A53, Grade B ASTM A500, Grade B, or ASTM A501 4. 5. Stainless steel ASTM A666, Grade A, Type 3 16L 6. Stainless Steel Shapes 7. 8. High strength steel bolts ASTM A325 or ASTM A490 Structural bars, plates and similar items ASTM A36 or A283 ASTM A276, Grade A, Type 3 16 ASTM A320, Type 3 I6 Stainless steel bolts, nuts and washers STRUCTURAL STEEL 05 120-2 2.2 ' FABRICATION PART 3 - 3.1 I1 A B C :abrication shall be in accordance with AISC S326 and indicated requirements. All structural steel welding in Iff-site fabrication shops shall be continuously inspected by the OWNER. The continuous inspection will be taived if the work is done in a shop certified by the Council of Amencan Building Officials (CABO), or listed ly the International Conference ofBuilding Officials (ICBO) Evaluation Services, Inc. This shall be atno extra ost to the OWNER. - EXECUTION NSTALLATION L. General: 1. Structural assemblies and shop and field welding shall meet the requirements ofAlSC Mol1 and AlSC S326. 2. Measurements and dimensions shall be verified at the site. 3. Bolt holes shall be 1/16 inch larger than the nominal size of bolts. Where thick metals are indicated, holes shall be sub-punched and drilled or reamed. 4. Dissimilar metals shall be protected from galvanic corrosion by means of pressure tapes, coatings or isolators. 5. Bolts shall not be permitted to drift and holes shall not be enlarged to correct misalignment. In the event of mismatching of holes, new materials shall be provided. 6. Structural steel completely encased in concrete shall not be galvanized or painted and shall have a clean surface for bonding to concrete. 7. Damaged structural steel shall be replaced. Use of salvaged, reprocessed, or scrap materials shall not be permitted. Welding: 1. Welding shall be performed by operators who have been qualified by tests as prescribed by AWS-WI Sect. 7, to perform the type of welding indicated. Welding shall comply with AWS Code for Arc Welding in Building Construction, Section 4, Workmanship. Electrodes shall be matching per AWS. 2. Continuous seal welds shall be applied on structural steel designed to be exposed to weather or submerged in water or wastewater. Continuous seal welds shall be applied on both sides of structural steel designed to be submerged in water or wastewater. Bolted Connections: 1. Where bolted connections are indicated, they shall comply with AlSC Specifications for Framed Beam Connections for bearing type connections. The threaded portion ofbolts shall not occur at shear planes. STRUCTURAL STEEL 05 120-3 3.2 CORROSION PROTECTION Unless otherwise indicated, all structural steel, including that used in the fabrication ofprocess equipment, shall be surface prepared and coated in accordance with Section 09800 and shall include the following operations: 1. Exterior and interior edges of flame-cut pieces shall be ground smooth. 2. 3. Sharp edges and punched holes shall be ground smooth. Uneven or rough welds shall be ground smooth. 3.3 TOUCH-UP AND REPAIR Afier installation, damaged surfaces of shop-primed structural steel shall be cleaned and touched-up with same material used for shop coat. ** END OF SECTION ** STRUCTURAL STEEL 05 120-4 SECTION 05500 - MISCELLANEOUS METALWORK PART 1 - GENERAL 1.1 I .2 1.4 1.5 WORK OF THIS SECTION The WORK of this Section includes providing miscellaneous metalwork and appurtenances including the following: 1. Anchor Bolts 2. Bolts 3. 4. Iron Castings 5. Gratings 6. 7. RELATED SECTIONS The WORK of the following Sections applies to the WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 033 15 Grout 2. Section 05 120 Structural Steel 3. Section 09800 Protective Coating CODES The WORK of this Section shall comply with the current editions of the following codes: I. Uniform Building Code STANDARD SPECIFICATIONS Except as otherwise indicated in this Section of the Specifications, the CONTRACTOR shall comply with the Standard Specifications for Public Works Construction (SSPWC). SPECIFICATIONS AND STANDARDS Except as otherwise indicated, the current editions of the following apply to the WORK of this Section: Commercial Standards: AlSC Mol1 AASHTO HS-20 Truck Loading ASTM A36 ASTM A 123 Seat Angles, Supports and Brackets Floor and Cover Plates (H-4 and H-5, see M-I) Floor Hatches (H-6 and H-7, see M-I) Manual of Steel Constructions Specification for Structural Steel Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware ASTM A 153 MISCELLANEOUS METAL WORK 05500-1 A276 Specification for Stainless Steel Bars and Shapes, Grade A, Type 316 1.6 I .7 ASTM ASTM A283 Specification for Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes and Bars ASTM A 307 Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile ASTM A320 Specification for Alloy-Steel Bolting Materials for Low-Temperature Service ASTM A385 Standard Practice for Providing High Quality Zinc Coatings (Hot Dip) ASTM A489 Carbon Steel Eyebolts ASTM A 569 Specification for Steel, Carbon, (0.1 5 Maximum Percent) Hot Rolled, Sheet and Strip, Commercial Quality ASTM A572 Specification for Structural Steel (Grade 50) ASTM A 575 Specification for Steel Bars, Carbon, Merchant Quality, M-Grades ASTM A666 Austenitic Stainless Steel Sheet, Strip, Plate and Flat Bar for Structural Applications, Grade A, Type 3 I6 ASTM A780 Specification for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings ASTM B221 Specification for Aluminum and Aluminum Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes ASTM B 221 ANSI/AWS Dl .I Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes and Tubes Structural Welding Code - Steel NFPA IO 1 Life Safety Code SHOP DRAWJNGS AND SAMPLES The following shall be submitted: 1. 2. 3. OWNERS MANUAL The following shall be included in the OWNER'S MANUAL: 1. Manufacturer's installation instructions. Shop drawings of miscellaneous metalwork including seat angles, supports and guides. Shop drawings showing proposed use of adhesive anchors. Welding procedures and welder qualifications. MISCELLANEOUS METALWORK 05500-2 A. Materials: Except as otherwise indicated, products fabricated of structural steel shapes shall comply with the requirements of ASTM A572, Grade 50, and structural steel plates, and bars shall comply with the requirements of ASTM A 36. B. Corrosion Protection: Miscellaneous metalwork of fabricated steel, which will be used in a corrosive environment or will be submerged shall be stainless steel. Other miscellaneous steel metalwork shall be hot-dip galvanized after fabrication except as otherwise indicated. C. Stainless Steel: Stainless steel metalwork shall be of Type 316 unless otherwise noted in design plans.. Stainless steel shall not be torch heated for welding. The CONTRACTOR shall submit welding methods and procedures. A11 welded stainless steel shall be passivated after welding by immersing in a pickling solution of6 percent nitric acid and 3 percent hydrofluoric acid. Temperature and detention time for passivation shall be sufficient for removal of oxidation and ferrous contamination without etching of surface. The passivated steel shall undergo a complete neutralization by immersion in a detergent rinse followed by clean water wash, or shall be buffed with Scotch Bite EXL (or equal) for removal of weld discoloration and heat tint. D. Welding: Welding shall be by the metal-arc method or gas-shielded arc method as described in the American Welding Society’s “Welding Handbook” and supplemented by other standards ofthe AWS. Qualification of welders shall be in accordance with the AWS Standards. In assembly and during welding, the component parts shall be adequately clamped, supported and restrained to minimize distortion and for control of dimensions. Weld reinforcement shall comply with the AWS Code. Upon completion of welding, weld splatter, flux, slag, and burn left by attachments shall be removed. Welds shall be repaired to produce a workmanlike appearance, with uniform weld contours and dimensions. Sharp comers of material which is to be painted or coated shall be ground to a minimum of 1/32-inch on the flat. E. Galvanizing: Where galvanizing is indicated, structural steel plates shapes, bars and fabricated assemblies shall be thoroughly cleaned of rust and scale and shall be galvanized in accordance with the requirements of ASTM A 123. Any galvanized part that becomes warped during the galvanizing operation shall be straightened. 2.2 ANCHOR BOLTS A General: Anchor bolts shall comply with the following: I. Anchor bolts shall be fabricated of materials complying with SSPWC Subsections 206-1.4.1 and 209-2.2 and as follows: Steel bolts ASTM A325 Fabricated steel bolts ASTM A36 Stainless steel bolts, nuts, washers ASTM A320, Type 3 16 2. Anchor bolt holes in equipment support frames shall not exceed the bolt diameters by more than 25 percent, up to a maximum oversizing of 1/4 inch. Unless otherwise indicated, minimum anchor bolt diameter shall be 1 /2 inch. Anchor bolts for equipment shall be 3 16 MISCELLANEOUS METALWORK 05500-3 2.3 stainless steel and shall be provided with leveling nuts which shall be tightened against flat surfaces to not less than 10 percent of the bolt's safe tensile stress. 3. 'Tapered washers shall be provided where mating surface is not square with the nut. 4. Expansion, wedge, or adhesive anchors set in holes drilled in the concrete after the concrete is placed is not permitted as substitution for anchor bolts except where otherwise indicated. Upset threads shall not be acceptable. 5. ASTM A307 anchor bolts are prohibited. B. Adhesive Anchors: Unless otherwise indicated, drilled concrete or masonry anchors shall be adhesive anchors. Substitutions will not be considered unless accompanied with ICBO report verifying strength and material equivalency. Except as otherwise indicated, adhesive anchors shall complywith the following: I. Epoxy adhesive anchors may be provided for drilled anchors where exposed to weather, in submerged, wet, splash, overhead, and corrosive conditions, and for anchoring handrails and reinforcing bars. Threaded rod shall be stainless steel Type 3 16. 2. Glass capsule, polyester resin adhesive anchors may be permitted in other locations. BOLTS A. Bolt Requirements: Bolts shall comply with the following: 1. The nuts shall be capable of developing the full strength of the bolts. Threads shall be Coarse Thread Series conforming to the requirements of the American Standard for Screw Threads. Bolts and cap screws shall have hexagon heads and nuts shall be Heavy Hexagon Series. 2. The length of all bolts shall be such that after joints are made up, each bolt shall extend through the entire nut, but in no case more than 112-inch beyond the nut. B. Standard Service Bolts (Not Buried or Inside Tanks or Channels): Except where otherwise indicated, bolts and nuts shall be steel and shall be galvanized after fabrication. Threads on galvanized bolts and nuts shall be formed with suitable taps and dies such that they retain their normal clearance after hot-dip galvanizing. Except as otherwise indicated herein, steel for bolts, anchor bolts and cap screws shall be in accordance with the requirements of ASTM A 325, or threaded parts of ASTM A 36. ASTM A 325 bolts and nuts shall not be galvanized. C. - Bolts ~- Buried or_lnsideTa_nksor Channels: Unless otherwise indicated, bolts, anchor bolts, nuts and washers which are buried, submerged, or below the top ofthe wall inside any hydraulic structure shall be of Type 3 16 stainless steel. 2.4 SEAT ANGLES, SUPPORTS AND BRACKETS Seat angles for supporting floor plates and hatches shall be Type 3 16 stainless steel unless indicated otherwise. Supports and brackets for piping and equipment shall be hot dip galvanized after fabrication unless otherwise indicated. 2.5 FLOOR AND COVER PLATES (H-4 and H-5) Plates shall be set flush with surrounding floor unless otherwise indicated. No single piece of floor and cover plate shall weigh more than 80 pounds unless specifically detailed otherwise. Plates shall be aluminum alloy MISCELLANEOUS METAL WORK 05500-4 ' 6061-T6, and shall have a minimum thickness of 3/8 inch unless specified otherwise. Where plates exceed a thickness of 318 inch, plate edges shall be single bevelled with a land width of 318 inch thickness and a positive bevel angle of 60 degrees (top bevel). Any sharp edges shall be smoothed to ensure a smooth uniform finish. 2.6 FLOOR HATCHES (H-6 and H-7) A. General: Floor hatches shall be of the design, sizes and types indicated. B. Construction: Hatches shall be suitable for corrosive environment service. Unless otherwise specified, hatches shall be constructed in compliance with the following: 1. Hatches shall be double-leaf type, and shall be furnished with 2 stay bars designed to hold the cover in an open position. Compression springs housed in telescopic tubes shall be provided to enable smooth and controlled opening of hatch covers throughout the arc of opening. Hatches shall be furnished with chains to form a protective railing around the perimeter when hatch covers are locked in fully open position. 2. Hatch covers shall be constructed of aluminum with a minimum thickness of % inch, and shall be capable of withstanding a minimum live load of 300 Ib/ft2. 3. Hatches shall have gutters or channel type drains equipped with a drain connection and coupling and continuous EPDM polymer gaskets mechanically attached to the frame for preventing dirt and debris from entering the drain channels. 4. Hinges shall be heavy forged aluminum hinges with Type 3 16 stainless steel pins and shall pivot so that the covers do not protrude into the channel frame. Hinges shall be attached to the covers using tamper-proof Type 3 16 stainless steel lockbolts and to the frame using Type 316 stainless steel bolts and locknuts. 5. Hatches shall be provided with an exterior turn/lift handle. The latch release shall be protected by a flush gasketed removable screw plug. A Type 3 16 stainless steel snap lock with fixed handle shall be mounted on the inside of the cover. C. Material: Hatches shall be constructed of aluminum as indicated. D. Finish: Aluminum in contact with other metal or concrete shall be coated in accordance with specifications Section 09800. 2.7 MANUFACTURERS A. Products of the type or model (if any) indicated shall be manufactured by one of the following (or equal): 1. Epoxy Adhesive Anchors: Sika1F1 System with Sikadur Injection Gel Epoxy Masterbuilders Concresive Epoxy Cartridge Dispensing System and Concresive Paste LPL Hilti Hit HY 150 ICBO ER-5 I93 M 1 SCELLANEOUS METALWORK 05500-5 ’ 2. Glass Capsule Polyester Resin Adhesive Anchors: Hilti HV Molly Parabond 3. Floor and Cover Plates: Reynolds Diamond Tread Plate 4. Floor Hatches: US Foundry Halliday Products Babcock Davis Bilco Company 5. Field Repairs to Galvanizing: “Galvinox” “Galvo- W eld” PART 3 -- EXECUTION 3.1 GENERAL A. Fabrication and Erection: Except as otherwise indicated, the fabrication and erection of structural steel shall conform to the requirements of the American Institute of Steel Construction “Manual of Steel Construction.” B. General: Fieldwork, including cutting and threading, shall not be permitted on galvanized items. Dissimilar metals shall be protected from galvanic corrosion by means of pressure tapes, coatings or isolators. Grouting of anchor bolts with nonshnnk or epoxy grouts, where indicated, shall be in accordance with Section 033 15. I. Drilling of bolts or enlargement of holes to correct misalignment will not be allowed. 2. Metalwork to be embedded in concrete shall be placed accuratelyand held in correct position while the concrete is placed or, if indicated, recesses or blockouts shall be formed in the concrete. The surfaces of metalwork in contact with or embedded in concrete shall be thoroughly cleaned. Recesses may be neatly cored in the concrete after it has attained its __ ~ design slrength andkmetalwork grouted in place. 3. Holes shall be punched 1/16 inch larger than the nominal size of the bolts, unless otherwise indicated. Whenever needed, because of the thickness of the metal, holes shall be subpunched and reamed or shall be drilled. 4. Fabrication including cutting, drilling, punching, threading and tapping required for miscellaneous metal or adjacent work shall be performed prior to hot-dip galvanizing. 3.2 INSTALLATION OF ANCHOR BOLTS A. After anchor bolts have been embedded, their threads shall be protected by grease and the nuts run on. B. Installation of adhesive, capsule and expansion anchors shall comply with the following: MISCELLANEOUS METALWORK 05500-6 I. All installation recommendations by the anchor system manufacturer shall be followed carefully, including maximum hole diameter. 2. Use shall be limited to applications where exposure to fire or exposure to concrete or rod temperature above 120 degrees F is not indicated. Overhead applications (such as pipe supports) shall not be allowed. 3. Use shall be limited to locations where exposure to acid concentrations higher than 10 percent, to chlorine gas, or to machine or diesel oils, is not indicated. 4. Concrete temperature (not air temperature) shall be compatible with curing requirements recommended by adhesive manufacturer. Anchors shall not be placed in concrete below 25 degrees F. 5. Anchor diameter and grade of steel shall comply with equipment supplier specifications. Anchor shall be threaded or deformed full length of embedment and shall be free of rust, scale, grease, and oils. 6. Adhesive capsules of different diameters may be used to obtain proper volume for the embedment, but no more than two capsules per anchor may be used. When installing different diameter capsules in the same hole, the larger diameter capsule shall be installed first. Any extension or protrusion of the capsule from the hole is prohibited. 7. Holes shall have rough surfaces, such as can be achieved using a rotary percussion drill. 8. Holes shall be blown clean with compressed air and be free ofdust or standing water prior to installation. 9. Anchor shall be left undisturbed and unloaded for full adhesive curing period. 3.3 INSTALLATION OF SEAT ANGLES, SUPPORTS AND GUIDES Seat angles shall be set flush with the floor unless indicated otherwise. 3.4 INSTALLATION OF GRATJNG, FLOOR AND COVER PLATES Grating, floor and cover plates shall be field measured for proper cutouts and proper sizes. 3.5 INSTALLATION OF FLOOR HATCHES Unless otherwise indicated, the WORK ofthis Section includes a drain line ofminimum %-inch diameter, to the nearest floor drain for all floor hatches. 3:6 INSTALLATION OF DRILLED ANCHORS Drilled anchors shall be installed in strict accordance with the manufacturer's instructions. Holes shall be roughened with a brush on a power drill, cleaned and dry. Drilled anchors shall not be installed until the concrete has reached the indicated 28-day compressive strength. Adhesive anchors shall not be loaded until the adhesive has reached its indicated strength in accordance with the manufacturer's instructions. ** END OF SECTION ** MISCELLANEOUS METALWORK 05500-7 SECTION 09800 - PROTECTIVE COATING - PART I -- GENERAL I. 1 WORK OF THIS SECTION A. The WORK ofthis Section includes the protective coating of all indicated-surfaces including surface preparation, pretreatment, coating application, touch-up, protection of surfaces not to be coated, cleanup, and all appurtenant work. B. Definitions I. The term “paint”, “coatings”, or “finishes” as used herein, shall include surface treatments, emulsions, enamels, paints, epoxy resins, and all other protective coatings, except galvanizing or anodizing, whether used as a pretreatment, primer, intermediate coat, or finish coat. 2. The term “DFT” shall mean minimum dry film thickness, without any negative tolerance. C. The following surfaces shall not be protective coated hereunder unless indicated. 1. Concrete except in chemical(s) containment areas 2. Stainless steel 3. Machined surfaces 4. Grease fittings 5. Glass 6. Equipment nameplates 7. Platform gratings, stair treads, door thresholds, and other walk surfaces D. The coating system schedules summarize the surfaces to be coated, the required surface preparation, and the coating systems to be applied. Coating notes on the drawings are used to show exceptions to the schedules, to show or extend the limits of coating systems, or to clarify or show details for application of the coating systems. 1.2 RELATED SECTIONS The WORK ofother Sections ofthe Specifications, not referenced here, shall also apply to the extent required for proper performance of this WORK. 1.3 CODES The WORK of this Section shall comply with the current editions of the following codes: 1. Uniform Building Code 1.4 SPECIFICATIONS AND STANDARDS Except as otherwise indicated, the current editions of the following apply to the WORK of this Section: D PROTECTIVE COATING 09800- 1 1. References herein to “SSPC Specifications” or “SSPC” shall mean the published standards of the Steel Structures Painting Council, 40 24th Street, 6th Floor, Pittsburgh, PA 15222. 2. References herein to “NACE” shall mean the published standards of the National Association of Corrosion Engineers, P.O. Box 28 1340, Houston, TX 7721 8-8340. I .5 SHOP DRAWMGS AND SAMPLES A. The following shall be submitted unless indicated otherwise. B. Submittals shall include the following information and be submitted at least 30 days prior to protective coating work. 1. Coating Materials List: The CONTRACTOR shall provide a coating materials list which indicates the manufacturer and the coating number, keyed to the coating systems herein, prior to or at the time of submittal of samples. 2. Paint Manufacturer’s Catalogue: For each paint system to be used the CONTRACTOR shall submit manufacturer’s catalogue containing the following data: a. Paint Manufacturer‘s data sheet for each product used, including statements on the suitability of the material for the intended use. b. Technical and performance information that demonstrates compliance with the system performance and material requirements. C. Manufacturer’s Instructions and recommendations on surface preparation, thinning, mixing, handling, applying and proper storage. d. Colors available for each product (where applicable). e. Compatibility of shop and field applied coatings (where applicable). f. Material safety data sheet for each product used. C. Samples 1. Two sets of color custom mixed samples to match each color furnished by the CONSTRUCTION MANAGER. The color formula shall be shown on the back of each color sample. 2. Qualifications of Painting Subcontractor a. Copy of a valid State of California license as required for the application of coatings. b. Five references which show that the painting subcontractor has demonstrated successful experience with the indicated coating systems in the recent past. Provide the name, address and telephone number of the owner of each installation. The CONTRACTOR shall obtain the references from the subcontractor and submit them to the CONSTRUCTION MANAGER. I .6 SERVICES OF MANUFACTURER For severe service coating systems, the CONTRACTOR shall require the paint manufacturer to furnish the following services: PROTECTIVE COATING 09800-2 1. The manufacturer's representative shall furnish at least 6 hours of on-site instruction in the proper surface preparation, use, mixing, application and curing of the coating systems. 2. The manufacturer's representative shall personally observe the start of surface preparation, mixing, and application of the coating materials. 3. The manufacturer's representative shall provide technical support to resolve field problems associated with manufacturer's products furnished under this Contract or the application thereof. 4. The manufacturer shall certify that these services have been furnished, and the CONTRACTOR shall submit the certification within 7 days of completion of each paint system. 1.7 TNSPECTION AND TESTING A. General: The CONTRACTOR shall give the CONSTRUCTION MANAGER a minimum of 3 days advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 days advance notice of the start of any shop surface preparation work. B. All such work shall be performed only in the presence of the CONSTRUCTION MANAGER, unless the CONSTRUCTION MANAGER has granted prior approval to perform such work in its absence. C. Inspection by the CONSTRUCTION MANAGER, or the waiver of inspection of any particular portion ofthe work, shall not relieve the CONTRACTOR of its responsibility to perform the work in accordance with these Specifications. D. Scaffolding shall be erected and moved to locations where requested by the CONSTRUCTION MANAGER to facilitate inspection. Additional illumination shall be furnished to cover all areas to be inspected. E. Inspection Devices: The CONTRACTOR shall furnish, until final acceptance of such coatings, inspection devices in good working condition for the detection of holidays and measurement of dry- film thicknesses of protective coatings. Dry-film thickness gauges shall be made available for the CONSTRUCTION MANAGER'S use at all times while coating is being done, until final acceptance of such coatings. The CONTRACTOR shall furnish the services of a trained operator of the holiday detection devices until the final acceptance of such coatings. Holiday detection devices shall be op.erated only in the presence of the 'CONSTRUCTION MANAGER. F. Holiday Testing: The CONTRACTOR shall holiday test all coated ferrous surfaces inside a steel reservoir, or other surfaces which Will be submerged in water or other liquids, or surfaces which are enclosed in a vapor space in such structures and surfaces coated with any of the submerged and severe service coating systems. Areas which contain holidays shall be marked and repaired or recoated in accordance with the coating manufacturer's printed instructions and then retested. In addition to the above the CONSTRUCTION MANAGER may test any surfaces for any number of times at no additional cost to CONTRACTOR. All defects so found shall be corrected by the CONTRACTOR at no additional cost to the OWNER. 1. Coatings With Thickness Exceeding 20 Mils: For surfaces having a total dry film coating thickness exceeding 20 mils: pulse-type holiday detector such as Tinker & Rasor Model AP- W, D.E. Steams Co. Model 14/20, or equal shall be used. The unit shall be adjusted to operate at the voltage required to cause a spark jump across an air gap equal to twice the indicated coating thickness. PROTECTIVE COATING 09800-3 2. Coatings With Thickness of 20 Mils or Less: For surfaces having a total dry film coating thickness of 20 mils or less: Tinker & Rasor Model MI non-destructive type holiday detector, K-D Bird Dog, or equal shall be used. The unit shall operate at less than 75-volts. For thicknesses between 10 and 20 mils, a non-sudsing type wetting agent, such as Kodak Photo-Flo, OJ equal, shall be added to the water prior to wetting the detector sponge. G. Film Thickness Testing: On ferrous metals, the dry film coating thickness shall be measured in accordance with the SSPC “Paint Application Specification No. 2” using a magnetic-type dry film thickness gauge such as Mikrotest model FM, Elcometer model 1 1 l/IEZ, or equal. Each coat shall be tested for the correct thickness. No measurements shall be made’ until at least 8 hours after application ofthe coating. On non-ferrous metals and other substrates, the coating thicknesses shall be measured at the time of application using a wet film gauge. H. Surface Preparation: Evaluation of blast cleaned surface preparation work will be based upon comparison of the blasted surfaces with the standard samples available from the NACE, using NACE standard TM-01-70 and TM-01-75. I .8 WARRANTY INSPECTION A warranty inspection may be conducted during the eleventh month following completion of all coating and painting work. The CONTRACTOR and a representative ofthe coating material manufacturer shall attend this inspection. All defective work shall be repaired in accordance with these specifications and to the satisfaction of the OWNER. The OWNER may, by written notice to the CONTRACTOR, reschedule the warranty inspection to another date within the one-year correction period, or may cancel the warranty inspection altogether. If a warranty inspection is not held, the CONTRACTOR shall not be relieved ofits responsibilities under the Contract Documents. I .9 PRODUCT DELIVERY, STORAGE AND HANDLING A. Coating materials shall be sealed in containers that plainly show the designated name, formula or specification number. batch number, color, date of manufacture, manufacturer’s directions, and name of manufacturer, all of which shall be plainly legible at the time of use. B. Paint materials shall be carefully stored in a manner that will prevent damage and in an area that is protected from deleterious elements. PART 2 -- PRODUCTS 2.1 GENERAL A. Suitability: Manufacturer for the intended service. The CONTRACTOR shall use suitable coating materials as recommended by B. Compatibility: In any coating system only compatible materials from a single manufacturer shall be used in the work. Particular attention shall be directed to compatibility ofprimers and finish coats. If necessary, a barrier coat shall be applied between existing prime coat and subsequent field coats to ensure compatibility. C. Colors: All colors and shades of colors of all coats of paint shall be as indicated or selected by the CONSTRUCTION MANAGER. Each coat shall be of a slightly different shade, to facilitate inspection of surface coverage of each coat. Finish colors shall be custom mixed to match color samples furnished by the CONSTRUCTION MANAGER. PROTECTIVE COATING 09800-4 ' D. Substitute or "Or Equal" Products: 1. To establish equality under Section 01 600 - Products, Materials, Equipment, 'and Substitutions, the CONTRACTOR shall provide satisfactory documentation fro'm the firm manufacturing the proposed substitute or "or-equal" material that said material meets the requirements and is equivalent or better than the listed materials in the following properties: a. b. C. d. e. f. g. h. 1. j. k. I. m. n. 0. Quality Durability Resistance to abrasion and physical damage Life expectancy Ability to recoat in future Solids content by volume Dry film thickness per coat Compatibility with other coatings Suitability for the intended service Resistance to chemical attack Temperature limitations in service and during application Type and quality of recommended undercoats and topcoats Ease of application Ease of repairing damaged areas Stability of colors E. Protective coating materials shall be standard products produced by recognized manufacturers who are regularly engaged in production of such materials for essentially identical service conditions. Where requested, the CONTRACTOR shall provide the name of 1east.one successfully performing application of the proposed manufacturer's products in a project of comparable size and complexity constructed in the recent past. ~~ ~~~~ -~~ ~ F. The cost of all testingand analyzing proposed substitute materials that may be required by the CONSTRUCTION MANAGER shall be paid by the CONTRACTOR at no additional cost to the OWNER. If the proposed substitution requires changes in the contract work, the CONTRACTOR shall bear all such costs involved and the costs of allied trades affected by the substitution at no additional cost to the OWNER. 2.2 INDUSTRIAL COATING SYSTEMS A. Material Sources: Each of the following manufacturers is capable of supplying many of the industrial coating materials indicated herein. Where manufacturers and paint numbers are listed, it is IO show the type and quality of coatings that are required. Proposed substitute materials shall be considered as indicated above. All industrial coating materials shall be materials that have a record of PROTECTIVE COATING 09800-5 B. C. D. E. F. G. H. I. satisfactory performance in industrial plants, manufacturing facilities, water, and wastewater treatment plants. 1. Ameron 2. Carboline Coatings Company 3. lnorganic Coatings, Inc. 4. - International (~ourtaulds) ~~~ 5. Tnemec Company System I -Not Used System 2 - Not Used System 3 - Not Used System 4 -Aliphatic Polyurethane: Two component aliphatic acrylic polyurethane coating material shall provide superior color and gloss retention, resistance to splash from acid and alkaline chemicals, resistance to chemical fumes and severe weathering and with a minimum solids content of 58 percent by volume. Primer shall be a rust inhibitive two component epoxy coating with a minimum solids content of 68 percent by volume. 1. Prime coat (DFT = 4 mils), Amercoat 385, Carboline 893, Tnemec 69, or equal. 2. Finish coat (one or more, DFT = 3 mils), Amershield, Carboline 134 HS, Tnemec 74, or equal. 3. Total system DFT = 7 mils. 4. More than one finish coat shall be applied as necessary to produce a finish with uniform color and texture. System 5 - Not Used System 6 - Not Used System 7 - Acrylic Latex: Single component, water based acrylic latex with a fungicide additive shall have a minimum solids content of 35 percent by volume. Prime coat shall be as recommended by manufacturer. The coating material shall be available in the ANSI safety colors. I. Prime coat (DFT = 2 mils), as recommended by manufacturer. 2. Finish coats (2 or more, DFT = 6 mils), Ameron Amercoat 220, Carboline 3359, Tnemec 6, or equal. 3. Total system DFT = 8 mils. System 8 - Epoxy Equipment: Two component, rust inhibitive polyamide cured epoxy coating material shall provide a recoatable finish that is available in a wide selection of colors. The coating material shall have a minimum solids content of 66 percent by volume and be resistant to service conditions of condensing moisture, splash and spillage oflubricating oils, and frequent washdown and cleaning PROTECTIVE COATING 09800-6 1. Prime coat DFT = 3 mils, Ameron 385, Tnemec 69, or equal. 2. Prime coat, where shop applied. (DFT = 3 mils), universal primer, Ameron 185 HS, Tnemec 50-330 or 161, or equal. 3. Finish coat (2 or more: DFT =6 mils), Ameron 385, Tnemec 69, or equal. 4. Total system DFT = 6 mils. J. System 9 - Not Used K. System 10 - Not Used L. System I1 - Not Used M. System 12 -Aliphatic Polyurethane, Fiber Glass: Two-component aliphatic polyurethane coating material shall provide superior color and gloss retention, resistance to splash from acid and alkaline chemicals, and resistance to chemical fumes and severe weathering. A primer, tie coat, or mist coat shall be used as recommended by the manufacturer. 1. Prime coat (Tie coat), Ameron Amercoat 385, Tnemec 66, or equal. 2. Finish coats (2 or more, DFT = 3 mils), Ameron Amershield, Tnemec 74, OF equal. 2.2 SEVERE SERVICE COATING SYSTEMS A. Materials Sources: The manufacturers’ products listed in this paragraph are materials which satisfy the material descriptions of this paragraph and have a documented successful record for long term submerged or severe service conditions. Proposed substitute products shall be considered as indicated above. B. System 100 - Amine Cured Epoxy: High build, amine cured, straight epoxy resin shall have a solids content of at least 80 percent by volume, and shall be suitable for long-term immersion service in potable water and wastewater. For potable water service, the coating material shall be listed by the NSF International as in conipliance with NSF Standard 61- Drinking Water System Components - Health Effects. I. Prime coat and finish coats (3 OJ more, DFT = 16 mils), Amercoat 395, Tnemec 139, or equal. 2. For coating of valves and non-submerged equipment, DFT = 12 mils. C. System 101 - Not Used D. System 102 - Not Used E. System 103 - Not Used F. System 104 - Not Used G. System 105 - Not Used H. System 106 - Fusion Bonded Epoxy: The coating material shall be a 100 percent powder epoxy, certified as compliant with NSF Standard 61, applied in accordance with the ANSVAWWA C213 “AWWA Standard for Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water PROTECTIVE COATING 09800-7 2.3 Pipelines,” except that the surface preparation shall be as specified in the coating system schedule of this Section. The coating shall be applied using the fluidized bed or electrostatic spray process. I. Coating DFT = 16 mils, Scotchkote 134 (electrostatic) or 206N (fludized bed), or equal, applied in one coat. For coating of valves, DFT = 12 mils. For field repairs, the use of a liquid epoxy will be permitted , applied in one coat to provide a DFT of 15 mils. The liquid epoxy shall be Scotchkote 312 or as recommended by the powder epoxy manufacturer. 2. 3. I. J. K. L. M. N. SPECIAL COATJNG SYSTEMS System 107 - Not Used System 108 - Not Used System 109 - Not Used System 1 IO - Not Used System I I I -Not Used System 1 12 - Not Used A. B. C. D. E. F. G. H. 1. J. K. System 200 - Not Used System 201 - Rich Portland Cement Mortar: Rich portland cement mortar coating shall have a minimum thickness of 1/8-;nch, followed by enclosure in an 8-mil thick polyethylene sheet with all joints and edges lapped and sealed with tape. System 203 - Not Used System 204 - Not Used System 205 - Not Used System 206 - Not Used System 207 - Not Used System 208 - Aluminum Metal Isolation: Two coats of a high build polyamide epoxy painting, such as Tnemec 66, or equal (8 mils). Total thickness of system DFT = 8.0 mils. System 209 - Not Used System 2 10 - Not Used System 21 I - Not Used PROTECTIVE COATJNG 09800-8 PART 3 - EXECUTION 3.1 WORKMANSHIP A. Skilled craftsmen and experienced supervision shall be used on all WORK. B. Coating shall be done in a workmanlike manner so as to produce an even film of uniform thickness. Edges, comers: crevices, and joints shall receive special attention to insure thorough cleaning and an adequate thickness of coating material. The finished surfaces shall be free from runs, drops, ridges, waves, laps, brush marks, and variations in color, texture, and finish. The hiding shall be so complete that the addition of another coat would not increase the hiding. Special attention shall be given to insure that edges, comers, crevices, welds, and similar areas receive a film thickness equivalent to adjacent areas, and installations shall be protected by the use of drop cloths or other precautionary measures. C. All damage to surface resulting from the WORK shall be cleaned, repaired, and refinished to original condition. 3.2 STORAGE, MIXING, AND THINNING OF MATERIALS A. Manufacturer's Recommendations: Unless otherwise indicated, the coating manufacturer's printed recommendations and instructions for thinning, mixing, handling, applying, and protecting its coating materials, for preparation of surfaces for coating, and for all other procedures relative to coating shall be strictly observed. B. A11 protective coating materials shall be used within the manufacturer's recommended shelf life. C. Storage and Mixing: Coating materials shall be stored under the conditions recommended by the Material Safety Data Sheets, and shall be thoroughly stirred, strained, and kept at a uniform consistency during application. Coatings of different manufacturers shall not be mixed together. 3.3 PREPARATION FOR COATING A. General: All surfaces to receive protective coatings shall be cleaned as indicated prior to application ofcoatings. The CONTRACTOR shall examine all surfaces to be coated, and shall correct all surface defects before application of any coating material. All marred or abraded spots on shop-primed and on factory-finished surfaces shall receive touch-up restoration prior to any coating application. Surfaces to be coated shall be dry and free of visible dust. B. Protection of Surfaces Not to be Coated: Surfaces which are not to receive protective coatings shall be protected during surface preparation, cleaning, and coating operations. C. All hardware, lighting fixtures, switchplates, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not to be painted shall be removed, masked or otherwise protected. Drop cloths shall be provided to prevent coating materials from falling on or mamng adjacent surfaces. The working parts of all mechanical and electrical equipment shall be protected from damage during surface preparation and coating operations. Openings in motors shall be masked to prevent entry of coating or other materials. D. Care shall be exercised not to damage adjacent work during blast cleaning operations. Spray painting shall be conducted under carefully controlled conditions. The CONTRACTOR shall be fully responsible for and shall promptly repair any and all damage to adjacent work or adjoining property occurring from blast cleaning or coating operations. E. Protection of Painted Surfaces: Cleaning and coating shall be scheduled so that dust and other contaminants from the cleaning process will not fall on wet, newly-coated surfaces. PROTECTIVE COATING 09800-9 3.4 SURFACE PREPARATION STANDARDS The following referenced surface preparation specifications of the Steel Structures Painting Council shall form a part of this specification: 1. Solvent Cleaning (SSPC-SPI): Removal of oil, grease, soil, salts, and other soluble contaminants by cleaning with solvent, vapor, alkali, emulsion, or steam. 2. Hand Tool Cleaning (SSPC-SP2): Removal of loose rust, loose mill scale, loose paint, and-other loose detrimental foreign matter, by hand chipping, scraping, sanding, and wire brushing. 3. Power Tool Cleaning (SSPC-SP3): Removal of loose rustl loose mill scale, loose paint, and other loose detrimental foreign matter, by power tool chipping, descaling, sanding, wire brushing, and grinding. 4. White Metal Blast Cleaning (SSPC-SP5): Removal ofall visible rust, oil, grease, soil, dust, mill scale, paint, oxides, corrosion products and foreign matter by blast cleaning. 5. Commercial Blast Cleaning (SSPC-SP6): Removal of all visible oil, grease, soil, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except that staining shall be limited to no more than 33 percent of each square inch of surface area. 6. Brush-off Blast Cleaning (SSPC-SP7): Removal of all visible oil, grease, soil, dust, loose mill scale, loose rust, and loose paint. Tightly adherent mill scale, rust and paint which cannot be removed by a dull putty knife may remain. 7. Near-White Blast Cleaning (SSPC-SPI 0): Removal of all visible oil, grease, soil, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except that staining shall be limited to no more than 5 percent of each square inch of surface area. 3.5 METAL SURFACE PREPARATION (UNGALVANIZED) A. The minimum abrasive blasting surface preparation shall be as specified in the coating system schedules included at the end of this Section. Where there is a conflict between these specifications and the coating manufacturer's printed recommendations for the intended service, the more stringent degree of cleaning shall apply. Workmanship for metal surface preparation shall be in conformance with the current SSPC Standards and this Section. Blast cleaned surfaces shall match the standard samples available from the National Association of Corrosion Engineers, NACE Standard TM-01-70 - Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive and TM-01-75 - Visual Standard for Surfaces ofNew Steel Centrifugally Blast Cleaned with Steel Grits.. Oil, grease, welding fluxes and other surface contaminants shall be removed by solvent cleaning per SSPC-SPI prior to blast cleaning. B. -- - - .. _____ C. D. All sharp edges shall be rounded or chamfered and all burrs, and surface defects and weld splatter shall be ground smooth prior to blast cleaning. E. The type and size of abrasive shall be selected to produce a surface profile that meets the manufacturer's recommendation for the specific coating and service conditions. Abrasive shall not be used unless approved by the CONSTRUCTION MANAGER. I. Submerged and Severe Service PROTECT1 VE .COATING 09800- 1 0 a. Automated blasting systems shall not be used for surfaces that Will be in submerged service but are acceptable for severe service. b. Abrasives for submerged and severe service coatings shall be clean, hard, sharp cutting crushed: no metallic abrasives shall be used. 2. Other Services a. Either automated or manual methods of blasting may be used. b. Abrasives shall be clean, oil-free metallic abrasives, composed of at least 50 percent grit. F. The CONTRACTOR shall comply with the applicable federal, state, and local air pollution control regulations for blast cleaning. G. Compressed air for air blast cleaning shall be supplied at adequate pressure from well maintained compressors equipped with oil/moisture separators which remove at least 95 percent of the contaminants. H. Surfaces shall be cleaned of all dust and residual particles of the cleaning operation by dry air blast cleaning, vacuuming or another approved method prior to painting. I. Enclosed areas and other areas where dust settling is a problem shall be vacuum cleaned and wiped with a tack cloth. J. Damaged or defective coating shall be removed by the specified blast cleaning to meet the clean surface requirements before recoating. K. If the specified abrasive blast cleaning will damage adjacent work, the area to be cleaned is less than 100 square feet, and the coated surface will not be submerged in service, then SSPC-SP2, or SSPC- SP3 may be used. L. Shop applied coatings of unknown composition shall be completely removed before the specified coatings are applied. Valves, castings, ductile or cast iron pipe, and fabricated pipe or equipment shall be examined for the presence of shop-applied temporary coatings. Temporary coatings shall be completely removed by solvent cleaning per SSPC-SPI before the abrasive blast cleaning work has been started. M. Shop primed equipment shall be solvent cleaned in the field before finish coats are applied. 3.6 SURFACE PREPARATION FOR GALVANIZED FERROUS METAL A. Galvanized ferrous metal shall be alkaline cleaned per SSPC-SPI to remove oil, grease, and other contaminants detrimental to adhesion of the protective coating system to be used, followed by brush- off blast cleaning per SSPC-SP7. B. Pretreatment coatings of surfaces shall be in accordance with the printed recommendations of the coating manufacturer. 3.7 SURFACE PREPARATION OF FERROUS SURFACES WITH EXISTING COATINGS, EXCLUDING STEEL RESERVOIR INTERIORS (Not Used) 3.8 CONCRETE AND CONCRETE BLOCK MASONRY SURFACE PREPARATION (Not Used) D PROTECTIVE COATING 09800-1 I 3.9 PLASTIC, FIBER GLASS, AND NONFERROUS METALS SURFACE PREPARATION A. Plastic and fiber glass surfaces shall be sanded or brush off blast cleaned priorto solvent cleaning with a chemical compatible with the coating system primer. B. Non-ferrous metal surfaces shall be solvent-cleaned SSPC-SPI followed by sanding or brush-offblast cleaning SSPC-SP7. C. All surfaces shall be clean and dry pnor to coating application. 3.10 ARCHITECTURAL CONCRETE BLOCK MASONRY SURFACE PREPARATION (Not Used) 3.1 1 SHOP COATING REQUIREMENTS A. Unless indicated otherwise, items of equipment, or parts of equipment which are not submerged in service, shall be shop primed and then finish coated in the field after installation with the indicated or approved color. The methods, materials, application equipment and all other details of shop painting shall comply with this section. If the shop primer requires topcoating within a specified period of time, the equipment shall be finish coated in the shop and then touch-up painted after installation. B. All items of equipment, or parts and surfaces of equipment which are submerged or inside an enclosed hydraulic structure when in service, with the exception of pumps and valves, shall have all surface preparation and coating work performed in the field. C. For certain pieces of equipment it may be undesirable or impractical to apply finish coatings in the field. Such equipment may include engine generator sets, equipment such as electrical control panels, switchgear or main control boards, submerged parts of pumps, ferrous metal passages in valves, or other items where it is not possible to obtain the specified quality in the field. Such equipment shall be primed and finish coated in the shop and touched up in the field with the identical material after installation. The CONTRACTOR shall require the manufacturer of each such piece of equipment to certify as part of its shop drawings that the surface preparation is in accordance with these specifications. The coating material data sheet shall be submitted with the shop drawings for the equipment. D. For certain small pieces of equipment the manufacturer may have a standard coating system which is suitable for the intended service conditions. In such cases, the final determination of suitability will be made during review of the shop drawing submittals. Equipment of this type generally includes only indoor equipment such as instruments, small compressors, and chemical metering pumps. 3.12 E. F. G. Shop painted surfaces shall be protected during shipment and handling by suitable provisions including padding, blocking, and the use of canvas or nylon slings. Primed surfaces shall not be exposed to the weather for more than 2 months before topcoated, or less time if recommended by the coating manufacturer. Damage to shop-applied coatings shall be repaired in accordance with this Section and the coating manufacturer’s printed instructions. The CONTRACTOR shall make certain that the shop primers and field topcoats are compatible and meet the requirements of this Section. Copies of applicable coating manufacturer’s data sheets shall be submitted with equipment shop drawings. APPLICATION OF COATINGS A. The application of protective coatings to steel substrates shall be in accordance with “Paint Application Specification No. 1, (SSPC-PA l),” Steel Structures Painting Council. PROTECTIVE COATING 09800-1 2 ' B. Cleaned surfaces and all coats shall be inspected prior to each succeeding coat. The CONTRACTOR shall schedule such inspection with the CONSTRUCTION MANAGER in advance. C. Blast cleaned ferrous metal surfaces shall be painted before any rusting OJ other deterioration of the surface occurs. Blast cleaning shall be limited to only those surfaces that can be coated in the same working day. D. Coatings shall be applied in accordance with the manufacturer's instructions and recommendations, and this Section, whichever has the most stringent requirements. E. Special attention shall be given to edges, angles, weld seams, flanges, nuts and bolts, and other places where insufficient film thicknesses are likely to be present. Use stripe painting for these areas. F. Special attention shall be given to materials which will be joined so closely that proper surface preparation and application are not possible. Such contact surfaces shall be coated prior to assembly OJ installation. G. Finish coats, including touch-up and damage repair coats shall be applied in a manner which will present a uniform texture and color matched appearance. H. Coatings shall not be applied under the following conditions: 1. Temperature exceeding the manufacturer's recommended maximum and minimum allowable. 2. Dust or smoke laden atmosphere. 3. Damp OJ humid weather 4. When the substrate OJ air temperature is less than 5 degrees F above the dewpoint. 5. When air temperature is expected to drop below 40 degrees F or less than 5 degrees F above the dewpoint within 8 hours after application of coating. 6. When wind conditions are not calm. 7. Dewpoint shall be determined by use of a sling psychrometer in conjunction with U.S. Dept. of Commerce, Weather Bureau psychometric tables. 8. Steel piping shall be abrasive blast cleaned and primed before installation. 9. The finish coat on all work shall be applied after all concrete, masonry, and equipment installation is complete and the work areas are clean and dust free. 3.13 CURINGOF COATINGS A. The CONTRACTOR shall maintain curing conditions in accordance with the conditions recommended by the coating material manufacturer OJ by this Section, whichever is the stringent, prior to placing the completed coating system into service. B. In the case of enclosed areas, forced air ventilation, using heated air if necessary, may be required until the coatings have fully cured. C. Forced Air Ventilation of Steel Reservoirs and Enclosed Hydraulic Structures: Forced air ventilation is required for the application and curing of coatings on the interior surfaces of enclosed hydraulic structures. During application and curing periods continuously exhaust air from the lowest level of the structure using portable ducting. After all interior coating operations have been completed provide PROTECTIVE COATING 09800- I 3 3.14 3.15 3.16 a a final curing period for a minimum of IO days, during which the forced ventilation system shall operate continuously. TESTING FOR VOLATILE ORGANIC COMPOUNDS IN POTABLE WATER RESERVOIRS (Not Used) lDENTlFlCATlON OF PIPING (Not Used) COATING SYSTEM SCHEDULES - FERROUS METALS A. FM-I FM-2 FM-3 FM-4 FM-5 FM-6 B. FMG-I Coating System Schedule, Ferrous Metal - Not Galvanized: - Item Surface Prep. System No. All surfaces indoors and Commercial blast cleaning (4) outdoors, exposed or covered, SSPC-SP6 aliphatic polyurethane except those included below, if any. exhaust duct (“lamp post”) followed by near-white metal fusion-bonded epoxy Internal surfaces of steel Solvent cleaning SSPC-SPI , ( 106) blast cleaning SSPC-SP5 Buried surfaces that are not indicated to be coated SSPC-SP5 amine-cured epoxy elsewhere White metal blast cleaning ( 100) Surfaces of indoor equipment, Commercial blast cleaning not submerged. SSPC-SP6 (8) epoxy, equipment Buried pipe couplings, valves, (20 1) Structural steel, White metal blast cleaning ( I 00) Removal of dirt, grease, oil fittings, and flanged joints (where piping is plastic). miscellaneous metalwork, and am-ne-cured epoxy supports for roof and facia support systems for buildings rich portland cement mortar Coating System Schedule, Ferrous Metal - Galvanized: Pretreatment coatings, bam’ercoatings, or washes shall be applied as recommended by the coating manufacturer. All galvanized surfaces except for the following items shall be coated unless coating is required by other Sections: (1) Floor gratings and frames, (2) Handrails, (3) Stair treads, (4) Chain link fencing and appurtenances. item Surface Prep. A11 exposed surfaces indoors and outdoors, unless specified otherwise. Solvent cleaning SSPC-SP 1 System No. (4) aliphatic polyurethane PROTECTIVE COATING 09800- I4 c. Coating System Schedule, Steel Water Reservoir Interior: (Not Used) D. Coating System Schedule, Steel Digester Floating Covers and Digester Gasholders: (Not Used) E. Coating System Schedule, Interior Surfaces of Welded Steel Tanks: (Not Used) 3.17 COATING SYSTEM SCHEDULE, NON-FERROUS METAL, PLASTIC, FIBER GLASS A. Where isolated non-ferrous parts are associated with equipment or piping, the CONTRACTOR shall use the coating system for the adjacent connected surfaces. Do not coat handrails, gratings, frames or hatches. Only primers recommended by the coating manufacturer shall be used. - Item Surface PreD. System No. (4) NFM-I A11 exposed surfaces, indoors Solvent cleaned SSPC-SPI aliphatic polyurethane and outdoors, unless specified otherwise . NFM-3 Aluminum surfaces in Solvent cleaned SSPC-SPI contact with concrete, or with any other metal except galvanized ferrous metal. NFM-4 Polyvinyl chloride plastic Solvent cleaned SSPC-SPI piping, indoors and outdoors, or in structures, not submerged. 3.18 COATING SYSTEM SCHEDULE-CONCRETE (Not Used) 3.1 9 COATING SYSTEM SCHEDULE-CONCRETE BLOCK MASONRY (Not Used) (208) aluminum metal isolation (7) acrylic latex ** END OF SECTION ** PROTECTIVE COATING 09800- 15 SECTION 11000 - EQUIPMENT GENERAL PROVISIONS PART 1 -- GENERAL a 1.1 WORK OF THIS SECTION A. The WORK of this Section includes providing general requirements for the WORK of applicable Sections of these Specifications. Unless there are more restrictive requirements in the individual --Se&iens&wprovisiens ofth is Sectionshall apply. .~ -~ B. The WORK of this Section applies to the WORK of the following Sections: 1. Equipment in Divisions 11, 13, 14, 15 and 16. 1.2 RELATED SECTIONS A. The WORK of the following Sections applies to the WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 05120 Structural Steel 2. Section 05500 Miscellaneous Metalwork 3 Section 09800 Protective Coating 4. Section 15000 Piping Components 5. Section 15020 Pipe Supports 6. Section 16000 General Requirement for Electrical Work 0 1.3 CODES A. The WORK of this Section shall comply with the current editions of the following codes: 1. Uniform Mechanical Code (UMC) 2. Uniform Plumbing Code (UPC) 3. Uniform Fire Code (UFC) 4. National Electrical Code (NEC) 5. Uniform Building Code (UBC) I .4 SPECIFICATIONS AND STANDARDS A. Except as otherwise indicated, the applicable standards of the following organizations apply to the WORK of this Section: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. American Society for Testing and Materials (ASTM) American Public Health Association (APHA) American National Standards Institute (ANSI) American Society of Mechanical Engineers (ASME) American Water Works Association (AWWA) American Society of Heating, Refrigerating, and Air Conditioning Engineers (ASHRAE) American Welding Society (AWS) National Fire Protection Association (NFPA) National Electrical Manufacturers Association (NEMA) Antifiiction Bearing Manufacturers Association (ABMA) EQUIPMENT GENERAL PROVISIONS 1 1000- 1 B. The current editions of the following apply to the WORK of this Section: 1. ABMA9 Load Ratings and Fatigue Life for Ball Bearings 2. ABMA 11 Load Ratings and Fatigue Life for Roller Bearings 3. ANSIB16.1 Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125,250, and 800 4. ANSIB16.5 Pipe Flanges and Flanged Fittings, Steel, Nickel Alloy, and Other Special Alloys 5. ANSJB46.1 Surface Texture 6. ANSI S12.6 Method for the Measurement of the Real-Ear Attenuation of Hearing Protectors 7. ANWASME B1.20.1 General Purpose Pipe Threads (Inch) 8. ANWASME B3 1.1 Power Piping 9. AWWAC206 Field Welding of Steel Water Pipe 10. ASTMA48 Specification for Gray Iron Castings 11. ANSI A 58.1 Minimum Design Loads for Buildings and Other Structures 12. ASTMA 108 Specification for Steel Bars, Carbon, Cold-Finished, Standard Quality 13. ANSIINFPA 70 National Electrical Code 14. MIL STD 167-2 Mechanical Vibrations of Shipboard Equipment (Reciprocating Machinery and Propulsion System and Shafting) 1.5 SHOP DRAWINGS AND SAMPLES A. The following shall be submitted: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Manufacturer's product data including catalogue cuts. Equipment name, identification number and specification numbers. Shop drawings showing details, dimensions, anchorage details, and installation of equipment with all special fittings, appurtenances and required clearances. Shipping weights. Calculations of equipment anchorage forces and anchorage details. Certification that the single manufacturer accepts the indicated unit responsibilities. Parts list with materials of construction by ASTM reference and grade. List of at least 5 installations and telephone numbers, where identical equipment has been used. Documentation of experience of specialist who will perfom torsional and vibration analysis. Torsional and lateral vibration analysis reports. a EQUIPMENT GENERAL PROVISIONS 1 1000-2 1.6 OWNER'S MANUAL A. The following shall be included in the OWNERS MANUAL submittal: 1. 2. 3. 4. 5. 6. .__ 7. 8. 9. Manufacturer's catalog including installation instructions. Manufacturer's operating and maintenance procedures including lubricating instructions. Manufacturer's certification that products comply with the indicated requirements. Bearing L-10 life calculations. Certification that products have been factory-tested and found to conform with the contract Certification that the WORK has been field-tested and the WORK complies with the indicated requirements. Equipment tolerances Electrical data including control and wiring diagrams. Address and telephone number of local service representative. -reqttirem&s. - __ ~ 1.7 SERVICES OF MANUFACTURER A. Inspection, Startup, and Field Adjustment: An authorized service representative of the manufacturer shall visit the site and witness the following: 1. Installation of the equipment. 2. 3. 4. Inspection, checking, and adjusting the equipment. Startup and field-testing for proper operation. Performing field adjustments to ensure that the equipment installation and operation comply with the Specifications. B. Instruction of OWNER'S Personnel: 1. An authorized service representative of the manufacturer shall instruct the OWNER'S personnel in the operation and maintenance of the equipment, including step-by-step troubleshooting with necessary test equipment. Training shall be specific to the models of equipment provided. 2. The representative shall have at least one year of qualified experience in training covering the relevant subjects described in paragraph 1 1000-1.7B. 1. A resume for the representative shall be submitted to the CONSTRUCTION MANAGER. 3. Training shall be scheduled a minimum of 3 weeks in advance of the first session. 4. Proposed training material and a detailed outline of each lesson shall be developed and submitted to the CONSTRUCTION MANAGER for review. Comments fiom the CONSTRUCTION MANAGER shall be incorporated into the material. 5. Training materials shall remain with the trainees. 6. The OWNER may videotape the training sessions for later use with the OWNERS personnel. C. Local Service: The manufacturer shall have a local service agency (within 50 miles ofthe site) which maintains properly trained personnel and adequate spare parts and is able to respond and complete repairs within 24 hours. EQUIPMENT GENERAL PROVISIONS I 1000-3 1.8 1.9 1.10 1.1 1 FACTORY INSPECTION AND TESTING A. The CONTRACTOR shall be responsible for all costs associated with inspection and testing of materials, products, or equipment at the place of manufacture. This shall include costs for travel, meals, lodging, and car rental for two OWNER-designated inspectors for the number ofdays indicated to complete such inspections or observations, if the place of manufacture, fabrication and factory testing is more than fifty (50) miles outside the geographical limit of the City. The CONTRACTOR shall not be responsible for salary or salary-related costs of the inspectors. B. Product Testing: Products shall be tested at the factory for compliance with the indicated requirements. The CONTRACTOR shall provide the CONSTRUCTION MANAGER a written notification of testing dates at least 2 weeks in advance of testing, unless more advance notice is specified elsewhere. C. Balancing: Rotating elements of equipment, except small, commercially packaged equipment, shall be statically and dynamically balanced at the factory prior to final assembly. The CONTRACTOR shall furnish certified copies of all test results. FIELD TESTING A. Testing: Products shall be field-tested for compliance with the indicated requirements. B. Witnesses: The OWNER and the CONSTRUCTION MANAGER (at the option of either) reserves the right to witness field tests. PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer. Materials delivered onsite without an approved submittal for verification shall be rejected and payment withheld. B. Storage: Products shall be carefklly stored in a manner that will prevent damage and in an area that is protected from the elements. C. Protection of Equipment: Equipment shall be boxed, crated, or otherwise protected from damage and moisture during shipment, handling, and storage. Equipment shall be protected from exposure to corrosive fumes and shall be kept thoroughly dry at all times. Pumps, motors, drives, electrical equipment, and other equipment with anti-friction or sleeve bearings shall be stored in weather tight storage facilities prior to installation. For extended storage periods, plastic equipment wrappers shall not be used to prevent accumulation of condensate in gears and bearings. Gears and bearings to be stored for extended periods shall be containerized suitable for export shipment. D. Investigation of Failed Products: Prior to disposal of failed products, the CONTRACTOR shall investigate the causes of failure and submit a report to the CONSTRUCTION MANAGER, who will subsequently direct the CONTRACTOR for disposal. UNIT RESPONSIBILITY Equipment systems made up of two or more components shall be provided as a unit by the manufacturer ofthe driven equipment. The manufacturer of the driven equipment shall assume the unit responsibility. Unless otherwise indicated, the CONTRACTOR shall cause each system component to be furnished by the manufacturer with unit responsibility. The extent of the manufacturere responsibilities shall include engineering the specified equipment, preparation of all submittal materials, coordinating manufacture and procurement, compatibility and shipment of all specified components, design of all equipment supports, providing installation and testing specialists to assist the CONTRACTOR in completing the installation and EQUIPMENT GENERAL PROVISIONS 1 1000-4 commissioning the equipment, furnishing factory certified specialists to train the OWNER6 staff, and the production and submission of specified operation and maintenance manuals. The CONTRACTOR is responsible to the OWNER for performance of all systems as indicated. The CONTRACTOR shall ensure the submittal of a Certificate of Unit Responsibility signed by the manufacturer with unit responsibility. PART 2 -- PRODUCTS 2,l GENERAL A. General: Only products meeting the indicated requirements shall be provided. B. Manufacturers: Products shall be new, of current manufacture, and shall be the products ofreputable manufacturers specializing in the manufacture of such products. C. Products: Materials shall be suitable for the intended purpose and free of defects and shall be recommended by the manufacturer for the application indicated. D. No Endorsement: The listing of a manufacturer shall not be construed as an endorsement of a particular manufacturere product, nor shall it be construed that a named manufacturere standard product will comply with the indicated requirements. No preference is implied by the order of listing of named manufacturers, and the listings are not intended to be comprehensive. The manufacturer listings are only an indication that the OWNER and DESIGN CONSULTANT believe that the named manufacturers are capable of producing equipment and products which will satisfy the indicated requirements. 2.2 GENERAL REQUIREMENTS A. Noise Level: When in operation, no piece of equipment shall exceed the OSHA noise level requirements for a one hour exposure. B. Service Factors: Service factors shall be applied in the selection and design of mechanical power transmission components where so indicated in individual Sections. When not indicated there, minimum service factors shall be 1.25. C. Welding: Except as otherwise indicated, welding shall comply with ANSI/AWWA DlOO and AWWA C206 and the following: 1. Composite fabricated steel assemblies which are to be erected or installed inside a hydraulic structure, including any fixed or movable structural components of mechanical equipment, shall have continuous seal welds and shall prevent entrance of air or moisture. 2. Wckiing-shall &--by-the-metal-arc method aF-gas-shielded arc method described in the American Welding Society's "Welding Handbook" as supplemented by other AWS standards. Qualification of welders shall comply with AWS Standards. 3. In assembly and during welding, the component parts shall be clamped, supported, and restrained to minimize distortion and for control of dimensions. Weld reinforcement shall comply with the AWS code. Upon completion ofwelding, weld splatter, flux, slag, and buns left by attachments shall be removed. Welds shall be repaired to produce a workmanlike appearance with uniform weld contours and dimensions. Sharp comers ofmaterial which is to be painted or coated shall be ground to a minimum of 1/32-inch on the flat. EQUIPMENT GENERAL PROVISIONS 1 1000-5 D. Identification of Equipment Items: Each item of equipment shall have an indelible, legible identifjling mark corresponding to the equipment number indicated. E. Vibration Level: Except as otherwise indicated, equipment subject to vibration, shall be provided with restrained spring-type vibration isolators or pads complying with the manufacturer's written recommendations. F. Shop Fabrication: Shop fabrication shall be performed in accordance with the shop drawings. G. Tolerances: The variation in length of members without machine finished ends and which are to be fiamed shall not exceed 1/16-inch for members 30 feet or less and shall not exceed I/S-inch for members over 30 feet. H. Machine Finish: The type of finish shall be the most suitable for the application in micro-inches complying with ANSI B46.1. The following finishes shall be used: 1. 2. 3. 4. Surface roughness of surfaces in sliding contact shall not exceed 63 micro-inches. Surface roughness shall not exceed 250 micro-inches except where a tight joint is indicated. Surface roughness for other mechanical parts shall not exceed 500 micro-inches. Surface roughness of contact surfaces of shafts and stems which pass through stuffing boxes and contact surfaces of bearings shall not exceed 32 micro-inches. I. Seismic Design: The seismic design of equipment shall be based on the horizontal peak ground acceleration indicated in the Geotechnical Report or in the UBC for seismic Zone 4, whichever is greater. Unless otherwise indicated, seismic design importance factors shall be in accordance with Table 16-K of the UBC. Determination of seismic forces and load combinations shall follow procedures in the UBC. 2.3 EQUIPMENT SUPPORTS AND FOUNDATIONS Equipment Supports: Equipment supports, anchors, and restrainers shall be designed for static, dynamic, wind, and seismic loads. The design horizontal peak ground acceleration shall be the greater ofthat indicated in the Geotechnical Report or as required by the UBC for seismic Zone 4. Unless otherwise indicated, seismic design importance factors shall be in accordance with Table 16-K of the UBC. Determination of seismic forces and load combinations shall follow procedures in the UBC. 2.4 PIPE HANGERS, SUPPORTS, AND GUIDES Pipe connections to equipment shall be supported, anchored, and guided to minimize stresses and loads on equipment flanges and equipment. Supports and hangers shall comply with the requirements of Section 15020. 2.5 FLANGES AND PIPE THREADS Flanges on equipment shall comply with ANSI B16.1, Class 125; or B16.5, Class 150, unless otherwise indicated. Threaded flanges and fittings shall have standard taper pipe threads complying with ANWASME B 1.20.1. 2.6 COUPLINGS A. The equipment manufacturer shall recommend the size and type of coupling required for each specific application. B. Taper-lock bushings may be used where indicated: EQUIPMENT GENERAL PROVISIONS 1 1000-6 C. Where universal type couplings are indicated, they shall be of the needle bearing type construction, equipped with commercial type grease fittings. Bearings shall be sized in accordance with ABMA 1 1, using a 1.25 service factor, for the same L-10 life expectancy as the driven equipment, but not less than 50,000 hours. 2.7 SHAFTING A. General: All shafting shall be continuous between bearings and shall be sized properly to transmit the power required. Keyways shall be provided in accordance with standard practice. Materials: Shafting materials shall be selected for the me of service and torque transmitted and the effect of corrosive gases, moisture, and fluids shall be considered. Unless otherwise specified, materials shall conform to the following: B. 1. Low carbon cold-rolled steel shafting: ASTM A 108, Grade 101 8. 2. Medium carbon cold-rolled shafting: ASTM A 108, Grade 1045. 3. Corrosion-resistant shafting: stainless steel or Monel, whichever is most suitable for the intended service. 4. Extended shafting: carbon fiberhesin composite. C. Differential Settlement: Where differential settlement between the driver and the driven equipment is indicated, an extension shaft with 2 sets of universal type couplings shall be provided. 2.8 BEARINGS A. Bearings shall conform to the standards of the Anti-Friction Bearing Manufacturers Association, Inc. (ABMA). B. Bearing selection shall include the following criteria: fitting practice, mounting, lubrication, sealing, static rating, and housing strength. C. Re-lubricatable type bearings shall be equipped with an Alemite type hydraulic grease fitting in an accessible location. D. All lubricated-for-life bearings shall be factory-lubricated with the manufacturer's best recommended grease to insure maximum bearing life and best performance. E. Commercially manufactured appliances, and small package heating and air conditioning equipment shall be furnished with bearings with L-10 life expectancy ofnot less than 20,000 hours in accordance with ABMA 9 ar 1-1. Fan-bewingsshall be rated in accordance with Section 13234. Calculations supporting the selection of bearing sizes shall be included in the Owner% Manual. F. Bearing housings shall be of cast iron or steel and the bearing mounting arrangement shall be in accordance with the published standards of the manufacturer. Split-type housings may be used. G. Unless otherwise indicated, sleeve-type bearings shall have a Babbitt or bronze liner. 2.9 GEARS AND GEAR DRIVES (Not Used) 2.10 DRIVE CHAINS (Not Used) 2.1 1 SPROCKETS (Not Used ) EQUIPMENT GENERAL PROVISIONS 1 1000-7 2.12 2.13 2.14 2.15 2.16 2.17 V-BELT DRIVES A. V-belts and sheaves shall be of the best commercial grade and shall conform to ANSI, MPTA, and Rh4A Standards. B. Sheaves shall be machined from gray cast iron. C. Sheaves shall be statically balanced. In applications where excessive vibration is expected, sheaves shall be dynamically balanced. Sheaves operating at belt speeds exceeding 6,500 fpm shall be of materials and construction recommended by the manufacturer. __ D. Sheaves shall be provided complete with taper-lock or QD bushings as required. E. Finish bored sheaves shall be provided complete with keyseat and set screws. F. Sliding motor bases shall be provided to adjust the tension of V-belts. DRIVE GUARDS Power transmission, prime movers, machines, shaft extensions, and moving machine parts shall be guarded. Unless otherwise indicated for corrosive environment, the guards shall be constructed of minimum 10 gauge expanded, flattened steel with smooth edges and comers, galvanized after fabrication and securely fastened. Where required for lubrication or maintenance, guards shall have hinged and latched access doors. FLEXIBLE CONNECTORS AND DUAL PIPE COUPLINGS A. Flexible connectors shall be installed in piping connections to blowers, and other vibrating equipment in accordance with the requirements of the ANSI B3 1.1. B. Dual pipe couplings, separated by not less than two pipe diameters nor more than 5 feet, shall be installed on all piping where it exits a structure. Couplings shall be restrained where required. Dual flexible pipe joints may be used where indicated in buried pipe applications in lieu of dual pipe couplings. Flexible connectors are not permitted where dual pipe couplings are specified. INSULATING CONNECTIONS Insulating bushings, unions, couplings, and flanges, shall be provided to electrically isolate dissimilar metals. GASKETS AND PACKINGS A. Gaskets shall comply with the requirements of Section 15000. B. Packing around valve stems and reciprocating shafts shall be of compressible material, compatible with the fluid being used. Chevron-type "V" packing shall be Garlock No. 432, John Crane "Everseal," or equal. C. Packing around rotating shafts (other than valve stems) shall be "0"-rings, stuffing boxes, or mechanical seals, as recommended by the manufacturer. TOOLS AND SPARE PARTS A. Tools: The WORK includes one complete set of special tools recommended by the manufacturer for maintenance and repair of each separate type of equipment; tools shall be stored in tool boxes, and identified with the equipment number by means of stainless steel or solid plastic name tags attached to the box. EQUIPMENT GENERAL PROVISIONS I 1000-8 2.18 2.19 B. Spare Parts: All equipment shall be furnished with the manufacturers' recommended spare parts, as indicated in the individual equipment Sections. Spare parts shall be tagged by project equipment number and identified as to part number, equipment manufacturer, and subassembly component (if appropriate). Spare parts subject to deterioration such as ferrous metal items and electrical components shall be properly protected by lubricants or desiccants and encapsulated in hermetically sealed plastic wrapping. Spare parts with individual weights less than 50 pounds and dimensions less than 2 feet wide, or 18 inches high, or 3 feet in length shall be stored in a wooden box with hinged wooden cover and locking hasp. Hinges shall be strap type. The box shall be painted and identified with stenciled lettering stating the name of the equipment, equipment numbers, and the words "spare parts." A neatly typed inventory of spare parts shall be taped to the underside of the cover. NAMEPLATES Equipment nameplates of stainless steel shall be engraved or stamped and fastened to the equipment in accessible locations with stainless steel screws or drive pins. Nameplates shall contain the manufacturer's name, model, serial number, size, characteristics, and appropriate data describing the machine performance ratings. OVERLOAD PROTECTION A. General: Where indicated, mechanical or electronic overload protection devices shall be installed on equipment. B. Mechanical System: The overload protection shall be a mechanical device designed to provide reliable protection in the event of excessive overload. It shall be a ball detent type designed for long term repeatability and life. It shall be infinitely adjustable by a single adjusting nut which shall be tamper proof, and incorporate a torque monitoring and control system. It shall activate an alarm set for 85 percent, and a motor cutout switch set for 100 percent of maximum continuous running torque. A visual torque indicator shall be provided and oriented so that it may be read from the walkway. The dial shall be calibrated from 0 to 100 percent of maximum continuous running torque. The design of the torque limiter should initiate the mechanical disengagement of the drive upon overload. Each unit shall be suitable for outdoor and corrosive environments with a protective finish, corrosion inhibiting lubricants and a stainless steel cover. C. Electronic System: Overload protection may be an Electronic Torque Monitoring Control System capable of displaying torque, rpm's, one level of overload, and two levels of overload of the drive system. It shall incorporate a time-delay for startup and a voltage monitoring and compensation circuit for up to 15 percent variation. The overload device shall have an enclosure suitable for outdoor installation at temperatures of 0-70 degrees C, and relative humidity up to 95 percent. A visual torque dial shall be provided and oriented so that it can be easily read from the walkway. The torque monitoring system shall be calibrated to include: alarm and shut down the system in the event the torque drops to 50 percent of normal running; alarm at 85 percent of maximum continuous running torque and shut down the motor at maximum continuous running torque of the equipment. The system shall be calibrated at the factory of the equipment manufacturer and it shall be capable of monitoring twice the maximum continuous running torque of the equipment. D. Definition: For the purpose of these Specifications, "maximum continuous running torque" shall be defined as the lesser of: the motor continuous running torque rating, the gear drive continuous running torque rating, or the driven mechanism continuous running torque rating, not exceeding a service factor of 1 .O. EQUIPMENT GENERAL PROVISIONS 1 1000-9 E. Manufacturers: Overload protection devices shall be manufactured by the following (or equal): 2.20 1. American Autogard Corporation 2. Ferguson Machine Company ANCHOR BOLTS, NUTS AND WASHERS Unless otherwise indicated, anchor bolts, nuts and washers for anchoring equipment to foundations and connecting bolts for equipment assemblies supported by other assemblies shall conform to the requirements of Section 05500. Unless otherwise specified, the CONTRACTOR shall provide Type 3 16 stainless steel anchor bolts and washers, and Type 41 6 stainless steel or other corrosion resistant, non-galling alloy nuts . In ferrous chloride and ferric chloride containment areas, unless otherwise specified, provide Hastelloy C or Alloy 276 anchor bolts, nuts, washers and connecting bolts. PART 3 - EXECUTION 3.1 3.2 3.3 3.4 INSTALLATION A. General: Products and equipment shall be installed in accordance with the manufacturer's written installation instructions, the requirements ofthis Section, the requirements ofthe individual equipment specifications, and as indicated. B. Alignment: Journeymen millwrights shall perform alignment of equipment fbrnished under this Section and any referencing section. Carpenters, laborers or any other trades are specifically excluded fiom performing this work. In locations where such trades are not available, the CONTRACTOR shall retain the services of a firm specializing in this type of work to perform the setting and alignment work. The CONTRACTOR shall submit the qualifications of the proposed firm to the CONSTRUCTION MANAGER for acceptance prior to performing the work. C. Lubricants: The CONTRACTOR shall provide for each item of mechanical equipment a supply of the lubricant required for the commissioning period. Lubricants shall be of the type recommended by the equipment manufacturer and shall be products of the OWNER'S current lubricant supplier. The CONTRACTOR shall limit the various types of lubricants by consolidating them, with the equipment manufacturer's approval, into the least number of different types. Not less than 90 days before the date shown in his construction schedule for starting, testing and adjusting equipment, the CONTRACTOR shall provide the OWNER with three copies of a list showing the required lubricants, after consolidation, for each item of mechanical equipment. The list shall show estimated quantity of lubricant needed for a full year's operation, assuming the equipment will be operating continuously. COUPLINGS Couplings shall be installed in accordance with the manufacturer's installation instructions. INSULATING CONNECTIONS Insulating connections shall be installed in accordance with the manufacturer's instructions. PIPE HANGERS, SUPPORTS, AND GUIDES Hangers, supports, and guides shall be installed in compliance with ANWASME B31.1 and with Section 15020. EQUIPMENT GENERAL PROVISIONS 11000-10 3.5 BOLTS AND MISCELLANEOUS METALS Bolts, including anchor bolts, and miscellaneous metals shall comply with paragraph 11000-2.20 and Section 05500. Installation of equipment anchor bolts shall comply with manufacturer’s recommendations. 3.6 PACKAGED EQUIPMENT When any system is provided as pre-packaged equipment, coordination shall include space and structural requirements, clearances, utility connections, signals, outputs and features required by the manufacturer including safety interlocks. - - ~ -- 3.7 PROTECTIVE COATING Equipment shall be painted and coated in accordance with Section 09800. Non-ferrous metal and corrosion- resisting steel surfaces shall be coated with grease or lubricating oil. Coated surfaces shall be protected fiom abrasion or other damage during handling, testing, storing, assembly, and shipping. ** END OF SECTION ** EQUIPMENT GENERAL PROVISIONS 1 1 000- 1 1 SECTION 13234 - FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK, IN-LINE FAN AND HOODED VENTILATOR PART 1 - GENERAL 1.01 SUMMARY A.-- -- Scope: This section specifies fiberglass reinforced plastic (FRP) ductwork, inline fans and hooded roof ventilators. 1.02 SERVICE REQUIREMENTS A. Air Stream Contents: Saturated air streams containing hydrogen sulfide in concentrations up to 50 ppm and ozone up to 1 ppm at 40-120' F. B. Pressure And Vacuum: Design conditions are 2.5 inches water column pressure and 2.5 inches water column vacuum. A minimum structural safety factor of 10: 1 shall be used in the design of ductwork for tensile or flexural stress conditions. A minimum safety factor of 5: 1 shall be used for conditions of elastic stability, such as buckling under vacuum loads. C. Airflow Rate For Fans: The work of this project includes installation of a supply air fan and a foul air withdrawal fan. The fans shall produce a minimum airflow rate as indicated below: 1. 2. Supply fan (SF-2): Minimum airflow of 1,600 cubic feet per minute (cfm) at the indicated design pressure or vacuum pressure. Foul air withdrawal fan (FAF-1): Minimum airflow of 2,000 cfin at the indicated design pressure or vacuum pressure. 1.03 REFERENCES 0 A. Except as otherwise indicated, the current editions of the following apply to the WORK of this Section: 1. AMCA 500 2. ASTM D 2310 3. ASTM D 2992 4. ASTM D 2996 5. ASTM E 84 6. SMACNA Test Methods for Louvers, Dampers, and Shutters Classification for Machine-Made Reinforced Thermosetting Resin Pipe Practice for Obtaining Hydrostatic or Pressure Design Basis for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting Resin) Pipe and Fittings Filament-Wound "Fiberglass" (Glass-Fiber-Reinforced Thermosetting Resin) Pipe Standard Test Method for Surface Burning Characteristics of Building Materials Thermosetting FRP Duct and Construction Manual FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK, IN-LINE FAN AND HOODED VENTILATOR 13234-1 1.04 sUBmALs e A. The following submittal information shall be provided: 1. Detailed information on manufacturing process including resin, filament winding and dimensions. 2. Information on joint adhesive. 3. Information and dimensions of all fittings. 4. Complete damper shop drawings illustrating component configuration, dimensions, and materials list. PART 2 - PRODUCTS 2.01 FRPDUCTWORK A. Design Criteria: 1. Equipment: FRP Ductwork. 2. Resin: Premium grade vinylester resin such as Derakane 510A, 510N, Hetron 992, or Reichhold Dion 9100 or Dion 6694, or equal, if approved in writing by the DESIGN ENGINEER. 3. Antimony trioxide or pentoxide shall be added to the resin of the structural laminates only to achieve Class-I fire retardance in accordance with ASTM E-84. Antimony shall not be used in the corrosion liner. 4. Special Catalyst: In accordance with the recommendations of the resin manufacturer for the intended service. 5. Minimum Barcol Hardness: 30 6. Surfacing Veil (Inner Surface): One (1) layer of 10 mil C-glass surfacing veil. 7. Interior Layer: Two (2) layers of 1-112 oz./sq. ft. mat. 8. Corrosion Liner Thickness, minimum: 100 mils. 9. Filament Winding Helix Angle: 55" to 65"; Tolerance: *2O 10. Filament Winding Cycle Thickness, Maximum: 0.06" I I. Filament Wound Structural Wall Glass Content: 55 percent to 65 percent. 12. Natural color, no pigments allowed. 13. Exterior surface coat and 10 mil C-glass surfacing veil required; color to be determined by the Project Representative. 14. Postcure: Equipment to be postcured in accordance with the recommendations of the resin manufacturer for the intended service. FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK, IN-LINE FAN AND HOODED VENTILATOR 13234-2 15. Marking: All spool assemblies and pieces shall be identified with piece mark numbers using non-water-soluble paint, easily removable with agents which will not attack the finish of the FRP Ductwork. If required by the Project Representative, fabricator shall return a marked-up copy of the layout drawings, with mark numbers referenced. 16. The exterior of all FRP duct to be located inside of any buildings shall be coated with two (2) coats of PPG Speedhide Flat Latex paint No. 42-7 (the Project Representative is not exterior fire retardancy. ~ aware of an equal product),-inaccordanccwith the mambcturer's recommendations, for 17. Any damage to this paint coat occumng during installation shall be repaired promptly, restoring the paint coat to the original condition. B. Details: As a minimum, FRP ductwork shall be constructed in accordance with the thicknesses, laminate sequences and detail drawings that follow at the end of this section. If the design requirements dictate that increased thickness or other changes are required, they shall be submitted for approval of the Project Representative. Details are as follows: Detail-1 , FRP Duct and Fitting Thickness Detail-2, FRP Flanges Detail-3, Expansion Boot Detail-4, FRP Butt and Miter Joints Detail-5, Typical Round Blast Gate, All FRP Construction C. Elbows: Elbows 30 inch diameter and smaller shall be one piece molded, smooth turn, hand lay- up construction. Larger elbows may be fabricated from straight duct sections, using miter joints per the drawing details in this section. Mitered elbows 45 degrees and less shall be two piece, one miter joint. Mitered elbows 46 to 90 degrees shall be three piece with two miter joints. All elbows shall be large radius (1.5 times the diameter) except as otherwise required. D. Laminate Sequence Tables For FRP Ductwork: Key for Tables 1 and 2: C = M = E = R = FW = 10 mil C-glass surfacing veil 1 -I I2 odsq. ft. mat Exothem ply, 1 :112 oz./sq. ft. mat 24 oz./sq. yd., 5x4 plain weave, woven roving Filament winding to the thickness specified. Table 1. Helix Wound Laminate Composition IThk. IC (M 1~ E IR 1 Sequence ofplies 1 I 0.32" 1 2 I I CME = 0.22" F.W. aC FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK, M-LINE FAN AND HOODED VENTILATOR 13234-3 Table 1. Helix Wound Laminate Composition (continued) [Thk. IC IM IE IR I Sequence ofplies I 0.35" 0.38" 0.41" 2.02 2.03 2.04 2.05 2 1 1 CME z 0.25" F.W. sC 2 1 1 CME s 0.28" F.W. =x2 2 1 1 Table 2. Hand Lay-Up Laminate Composition Thk. IC IM (E IR I Sequence ofplies 0.24" 1 2 I1 I CMEMRMMC 0.39" 2 6 1 3 CMEMRMRMRMMC 0.46" 2 6 2 4 CMEMRMREMRMRMC 0.50" 2 7 2 4 CMEMRMRMREMRMMC 0.54" 2 7 2 5 CMEMRMRMREMRMRMC 0.57" 2 8 2 5 CMEMRMRMREMRMRMMC A I 0.64" I 2 19 (2 (6 I CMEMRMRMREMRMRMRMMC I E. Special System Components: Fabricator shall be responsible for the design of rectangular duct, transitions, or any special system components not specifically detailed in this section. Deflection of flat panels shall be limited to 1 percent of the panel width at the system operating pressure. Rectangular duct and flanges shall be fabricated in one piece with a minimum radius of 1/2" in all comers. Rectangular duct shall not be assembled from multiple flat panels. F. Turning Vanes: Turning vanes shall be provided where indicated on the drawings and in accordance with ASHRAE recommendations. All vanes shall have sufficient section and stifkess to operate without flutter or vibration under the airflow conditions indicated. Turning vanes shall be airfoil section with internal metal reinforcement and FRP laminate overlay or airfoil section, all Type 316 stainless steel. Duct fabricator shall propose and submit construction, location, and installation details of vanes and splitters. FASTENERS Bolts, nuts, and washers shall be stainless steel, AIS1 Type 316. Type 316 stainless steel backing strips, drilled for the above bolting requirements, shall be employed for all connections at fans, demisting sections, and wherever shear or moment loads may be encountered on duct connections. GASKETS Gaskets shall be neoprene or Buna-N. EXPANSION BOOTS Expansion boots shall be one-piece molded reinforced neoprene, a minimum thickness of IB-inch, and secured with Type 3 16 stainless steel bands as shown on the detail drawings in this section. SUPPORTS AND HANGERS A. FRP ductwork shall be supported in accordance with Section 15020, and at intervals no greater than those indicated in the table below. Supports and hangers shall transmit all ductwork loads into the building structural frame through a system of intermediate beams and struts as necessary to accommodate requirements of these specifications. The Contractor shall submit construction details for supports and hangers and its proposed plan for location and type of supports, including FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK, IN-LINE FAN AND HOODED VENTILATOR 13234-4 2.06 2.07 2.08 2.09 location of any required expansion joints. Acceptance of the proposed locations and construction details by the Project Representative is required prior to the start of fabrication. Where suppofis and hangers are detailed on the Drawings, they shall be provided as shown. FRP Ductwork Allowable Spans: Inside Diameter - inches Maximum span. feet <20 12 42 17 48-54 20 60 22 72 24 ~ 24-3L- - - 15- B. Hangers and supports shall be lined with l/&inch thick neoprene, bonded to the metal hanger or support, to cushion the duct. C. Hangers and supports shall fit the exterior of the duct closely and extend completely around the duct. Minimum width shall be the larger of 4 inches or 1/8 of the duct diameter. INSPECTION PLATES A. Removable inspection plates, covering 8 inch round access holes, shall be provided at all fan inlet and discharge connections and upstream and downstream from all fittings. Inspection plates shall be gasketed and shall make an airtight seal with the parent duct. Inspection plates shall be fabricated of the same material as the parent duct. Fabricator shall propose and submit construction, location, and installation details of inspection plates. B. BLAST GATES Blast gates shall be provided in accordance with this specification section and installed at the locations shown on the contract drawings. STANDARD ROUND DAMPERS Round dampers shall be butterfly dampers suitable for balancing and shut-off. Shut-off sealing shall be achieved by an elastomeric, hll-circumference seal or seat. Dampers shall be constructed between two flanges unless shown otherwise. Minimum damper blade thickness shall be equal to flange thickness specified in this section. Leakage through the closed damper at 70" F and 10 inches water column differential pressure shall not exceed 30 cfm per square foot of conduit cross-sectional area. Standard round dampers shall be Spundstrand, Swartwout Model 9 14, or approved equal. FRP INLINE FAN A. General: The fans shall be constructed such that all surfaces in contact with the corrosive gas stream are to be made of solid, corrosion resistant FRP. All nuts, bolts and fasteners in contact with the gas stream shall be type 3 16 SST and encapsulated in FRP. B. Performance: Fan ratings shall be based on tests made in accordance with AMCA Standard 210 and licensed to bear the AMCA Certified Ratings Seal for Air Performance. Fans not licensed to bear the AMCA Seal for performance shall be tested, at suppliers expense, in an AMCA Registered Laboratory. Fans shall have a sharply rising pressure characteristic extending throughout the operating range to assure quiet and stable operation. FlBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK, M-LINE FAN AND HOODED VENTILATOR 13234-5 C. Bearings: Bearings are to be grease lubricated, precision anti-friction ball or spherical roller, self-aligning, pillow block design. Fan bearings shall be visible and accessible for inspection and maintenance. Bearings enclosed within the fan housing where they can be exposed to the corrosive gas stream are not acceptable. D. Corrosion, Protection of Steel Finish Coating: AI1 steel surfaces are to receive as a minimum, cleaning per SSPC-SP6 standards. After cleaning, all fan exterior surfaces are to receive a coat of manufacturer’s standard primer followed by one coat of epoxy enamel finish to a thickness of 2-3 mils d.f.t. Surfaces of bolted components shall be coated and allowed to dry prior to final assembly. All fasteners external to the gas stream shall be plated for extra corrosion protection. E. Construction: Fans shall be constructed in accordance with the ASTM D-4167 standard specifications for fiber reinforced plastic fans and blowers to ensure structural integrity. All parts exposed to the gas stream shall be constructed of, or encapsulated in, an FRP laminate capable of resisting continuous airstream temperature of 250 degrees F. F. All resins shall be clear to allow detection of subsurface imperfections. Use of pigments, gel coats, inhibitbrs and additives which may disguise flaws in the laminate is prohibited. G. Other minimum construction requirements shall consist of the following: I. Housing - Fan housing shall be constructed with a fire retardant vinyl ester resin with ASTM E84 Class I1 rating no greater than 30 Housing laminate construction shall conform to ASTM Standard C-582. Airstream surfaces shall be smooth to minimize resistance and prevent build up of airborne contaminants. Shaft hole openings shall be fitted with a Teflon closure having a maximum clearance of 1/32” to minimize leakage. 2. Wheel - Wheels shall be of backwardly inclined non-overloading design for increased efficiency. Wheels shall be fabricated of a fire-retardant vinyl ester resin with an ASTM E84 Class I1 rating no greater than 30. Wheel hubs shall be permanently bonded to the shaft and completely encapsulated in FRP to insure corrosion resistant integrity. Steel wheels coated with FRP, or wheels with taper-lock hubs are not acceptable. 3. Shaft - The sleeve shall extend out through the housing shaft hole for corrosion protection. Shafts or shaft sleeves shall be of 416 SST or Hastelloy C-276. The shafts critical speed shall be at least 125% of the fan’s maximum operating speed. Shafts shall be countersunk for tachometer readings. H. Balance and Run Test: The wheels and shafts shall be dynamically balanced, as an assembly, in accordance with ASTM D-4167 and ANSI S2.19-1975, Grade 6.3. Prior to shipment, completed fans shall receive a final test-balance at the specified operating speed. 2.10 FRP HOODED VENTILATOR A, General: The fan shall be the supply air configuration constructed such that all services in contact with the air stream are to be made of solid, corrosion resistant FRP. The hood shall be constructed of fiberglass attached to and removable from the fan casing. B. Performance: Fan ratings shall be based on tests made in accordance with AMCA Standard 210 and licensed to bear the AMCA Certified Ratings Seal for Air Performance. C. Propeller: Single piece solid fiberglass. FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK, IN-LINE FAN AND HOODED VENTILATOR 13234-6 D. Bearings: Deep-row radial ball or roller type, self-aligned shielded and mechanically sealed, minimum 50,000 hours L-IO bearing life. Lubrication tubes extended from bearings to exterior of the fan housing. E. Drives: Belt drive with motor out of the air stream. F. Accessories: Fiberglass prefabricated curb for flat roof installation. 2.1 1 PRODUCT DATA A. The following information shall be provided: 1. Certification from the manufacturer of the selected resin system that the selected resin and catalyst systems are appropriate for the service conditions of the duct systems as detailed in this specification sections. 2.12 ACCEPTABLE MANUFACTURERS A. The fiberglass reinforced plastic ductwork shall be fabricated by Corrosion Controllers, Ershigs, Paramount Fabricators, Spunstrand, or approved equal. B. The fiberglass reinforced plastic inline fan and hooded ventilator shall be fabricated by Hartzell Fan, Harrington, or equal. PART 3 - EXECUTION 3.01 GENERAL A. FRF' specialties shall be shipped, installed, joined and erected under the direction of factory-trained specialists. Where jointing is required, workers employed for these efforts shall have been trained in proper jointing techniques by the Fabricator. Fabricated equipment shall have the warning, "Plastic Equipment Handle with Care" stenciled on two sides in letters a minimum of 2 inches high. a 3.02 INSTALLATION A. All material and equipment shall be installed as specified and as required by the applicable state and local codes. A11 ductwork indicated on the drawings is schematic. Therefore, changes in duct size, duct configuration, and location may be necessary to conform to field conditions. All such changes shall be submitted to the Project Representative for approval prior to fabrication or construction. B. Field Joining Materials: FRP duct manufacturer shall supply all materials needed for any required FRP duct field joining. Supply of these materials shall be in accordance with the requirements of this Section. C. Field Joining: Any required field joining shall be accomplished by the Field Joining Contractor in accordance with the requirements of this section. D. FRP ductwork shall be installed and supported in accordance with Chapter 11 of the Uniform Mechanical Code. Ductwork shall be supported as described in Paragraph 13234-2.05. Large elbows and terminal ends of ducts shall be supported independently. Flexible connections shall be provided between fans and ductwork, and elsewhere as indicated on the layout drawings. FIBERGLASS REINFORCED PLASTlC (FRP) DUCTWORK, IN-LINE FAN AND HOODED VENTILATOR 13234-7 3.03 FIELD QUALITY CONTROL A. Testing: All ductwork shall be leak-tested using 1-5 psi compressed air. All audible leaks shall be sealed. All tests shall be scheduled with the Project Representative by giving 24 hours notice. The Contractor shall provide necessary fittings, blind flanges, etc. to isolate sections of duct and to enable all sections of dudwork to be tested. B. MANUFACTURER'S SERVICES: 1. The Fabricator shall provide a representative on-site at the start of the installation of the ductwork to supervise installation of the FRP duct system. To ensure the Contractor is employing the proper procedures, the Fabricator shall remain on-site to witness installation of all ductwork. The Fabricator shall be on-site no less than two 8-hour days during the start of installation. The Fabricator shall instruct the Contractor on the proper installation procedures at any time the Fabricator andor the Project Representative witnesses improper installation practices. 2. I DUCT I F.W.WALLTHK. I H.L.U. WALL THK. I I.D. I ( TABLE 1 ) 1 ( TABLE 2 ) 12" 0.2 1 I' 0.24" I 14" I 0.2 1 It I 0.24" 16" 0.21 " 0.24" I 1 18" 1 0.24" I 0.33" 1 FRP DUCT AND FITTING THICKNESS DETAIL - 1 FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK, IN-LINE FAN AND HOODED VENTILATOR 13234-8 FRP DRILLED FLANGE - DUCT DRILLING NOZZLE NOZZLE I.D. 0.D 1-112" 5" BOLT NO.OF DIA.OF CIRCLE BOLT BOLT A B C D E 3-718" 4 518" 2" 0.24" 0.50" 0.50" 8" HOLES HOLES (Table 2) FRP FLANGES DETAIL-2 FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK, M-LINE FAN AND HOODED VENTILATOR 13234-9 STAINLESS STEEL BAND CLAMPS 1 /8” THK. REINFORCED WITH WORM SCREW ADJUSTER\ /-- NEOPRENE BOOT FRP DUCT INTERNAL SURFACE 1 /8” RADIUS (TYP) ALL MAT CONSTRUCT10 : 7” _I NOTES: 1. After applying mat build-up, cover pipe end as shown with a protective overlay equal to the corrosion liner sequence, (MMC). Finished surface to be smooth to allow sealing of the expansion boot. EXPANSION BOOT DETAIL-3 FIBERGLASS REMFORCED PLASTIC (FRP) DUCTWORK, IN-LJNE FAN AND HOODED VENTILATOR 1 3234- 10 ----- MAX, GAP (SEE NOTE 1) -- DUCT EXTERNAL O'LAY WIDTH/Z EXTERNAL OVERLAY ( TABLE 2 ) I.D. 12" 14" 16" THICKNESS WIDTH 0.24" 8 0.24" 8" 0.24" 8" 1 18" I 0.33" I 10" I Note 1: Tolerances on spool assembly shall be as follows, except as otherwise noted on the L,awings: a. b. c. d. e. Diametral, including out of roundness, shall be +1/8-inch or 21 percent, whichever is greater. Tolerance on overall length and location of tees and laterals shall be +1/4-inch. Plain ends shall be cut square with the duct axis +1/8-inch. Flanges shall be perpendicular to the axis of the duct within 112 degree, and shall be flat to - +1/32-inch up to and including 16-inch diameter and tl/l6-inch for larger diameters. Tolerance on the specified angle for tees, laterals, and miters shall be +1/2 degree. FRP BUTT AND MITER JOINTS DETAIL-4 FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK, IN-LINE FAN AND HOODED VENTILATOR 13234-1 1 7 Neoprene Seal Between Halves 26” THRU 36” 42” THRU 72” I 0.320 711 6” 318” 0.375 9/16” 112” 3f8‘ FRP bolts. nuts and washers POLYESTER RESIN VINYLESTER RESIN NEOPRENE SEALS THKNESS SIZE 4” THRU 16” 0.187 7/16” 31%” 18” THRU 24” I 0.250 I 7/16” I I I TYPICAL ROUND BLAST GATE ALL FRF’ CONSTRUCTION DETAIL-5 **END OF SECTION** FIBERGLASS ENFORCED PLASTIC (FW) DUCTWORK, IN-LINE FAN AND HOODED VENTILATOR I. I 1R”TYP 13234-12 SECTION 14600 - HOISTS PART 1 - GENERAL a 1.1 1.2 1.3 1.4 1.5 I .6 WORK OF THIS SECTION A. The WORK of this Section includes providing general requirements for hoists and cranes. RELATED SECTIONS The WORK of the following Sections applies to the WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 05 120 Structural Steel 2. Section 1 1000 Equipment General Specifications SPECIFICATIONS AND STANDARDS Except as otherwise indicated, the current editions of the following apply to the WORK of this Section: 1. 2. 3. 4. 5. 6. 7. AISC ANSIB30. 1 ANSIB30. 6 ANSI MH 27.1 ASTM A 36 CMA NEMA Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings Overhead and Gantry Cranes (Top Running Bridge, Single or Multiple Girder, Top Running Trolley Hoists) Portal, Tower, and Pillar Cranes Specifications for Underhung Crane and Monorail Systems Specification for Structural Steel Crane Manufacturer's Association of America National Electrical Manufacturers Association SHOP DRAWINGS AND SAMPLES In addition to the requirements of Section 1 1000, the following shall be submitted: 1. Shop drawings indicating weights, loads, dimensions and clearances. OWNERS MANUAL In addition to the requirements of Section 11000, the following shall be submitted: 1. Certification by CONTRACTOR and manufacturer that equipment complies with the indicated requirements. SERVICES OF MANUFACTURER Services ofmanufacturer shall be provided in accordance with Section 1 1000 when listed in specific hoists and cranes sections. HOISTS AND CRANES, GENERAL 14600- 1 PART 2 - PRODUCTS 2. I MANUFACTURERS Equipment shall be McMaster Carr Q Supply Company Mobile Reverse-Boom Hydraulic Crane Model 3255T55 (or equal). PART 3 -- EXECUTION 3.1 GENERAL REQUIREMENTS Hoists and cranes shall be installed in accordance with the manufacturer's installation instructions and Section 1 1000. Unless indicated otherwise, hoist shall comply with the following requirements: Manual Pull: Load I Capacity: 1000 Ib 70 lb to lift capacity load Maximum Lift: 10 ft Hand Chain Drop: 8ft 3.2 CONSTRUCTION Hook and Chain: The lifting hook and chain shall be fabricated of steel. The chain shall be 8 feet in length. The lifting hook shall include 360-degree swivel on a shielded roller thrust bearing with safety spring latch that bridges the opening of the hook for the purpose of retaining slings, chains, etc., under slack conditions. Hoist and Lift: The hoist and appurtenances shall be designed to withstand all stresses imposed under safe operating conditions while handling loads within the rated capacity. Load bearing parts shall be designed such that the static stress, calculated for rated load, shall not exceed 20 percent of the ultimate strength of the material. The hoist drive chain shall require a maximum manual pull of 70 pounds to lift the capacity load. The hoists shall include a container for the chain. Painting: Surface preparation and painting shall be in accordance with FM-6 described in Section 09800. 3.3 FIELD TESTING The CONTRACTOR shall field test hoist to verify their rated load-carrying capacity. ** END OF SECTION ** HOISTS AND CRANES, GENERAL 14600-2 SECTION 15000 - PIPING COMPONENTS PART 1 - GENERAL 1.1 WORK OF THIS SECTION The WORK of this Section includes providing fittings, supports, anchors, flexible connectors, lining and coating, testing, and accessories. 1.2 RELATED SECTIONS The WORK of the following Sections applies to the WORK of this Section. Other Sections of the specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. I. Section 05500 Miscellaneous Metalwork 2. Section 09800 Protective Coating 3. 4. Section 15020 Pipe Supports Section 1 1000 Equipment General Provisions 1.3 CODES The WORK of this Section shall comply with the current editions, with revisions, of the following codes: 1. Uniform Mechanical Code 2. Uniform Plumbing Code 3. Uniform Fire code 1.4 SPECIFICATIONS AND STANDARDS Except as otherwise indicated, the current editions of the following applies to the WORK of this Section: 1. ANSVASME B I .20. I Pipe Threads, General Purpose (inch) 2. ANSI B16.5 Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and other Special Alloys 3. ANSI/AWWA C207 Steel Pipe Flanges for Water Works Service, Sizes 4 in. Through 144 in. 4. ANSI/AWS D10.9 Specifications for Qualifications of Welding Procedures and Welders for Piping and Tubing 5. ASTM D 792 Test Methods for Specific Gravity and Density of Plastics by Displacement 6. ASTM A 123 Specification for Zinc Coatings on Iron and Steel Products 1.5 SHOP DRAWINGS AND SAMPLES The following shall be submitted: 1. Shop drawings showing dimensions and details of pipe joints, fittinis, fitting specials, valves and appurtenances. PIPING COMPONENTS 15000-1 2. Detailed layout, spool, or fabrication drawings showing pipe spools, spacers, adapters, connectors, fittings, and pipe supports. 1.6 OWNER'S MANUAL The following shall be included in the OWNER'S MANUAL: 1. Manufacturer's product data. 2. Manufacturer's installation instructions. 3. Manufacturer's certification of compliance. 4. Statement from the pipe fabricator certifying that all pipe will be fabricated subject to a Quality Control Program. 5. Outline of Quality Control Program. I .7 INSPECTION, TESTING AND WELDING A. B. Inspection: Products shall be inspected at the manufacturefs plant. Tests: Materials used in the manufacture of the pipe shall be tested in accordance with the applicable Specifications and Standards. Welding Requirements: Welding procedures used to fabricate pipe shall be prequalified under the provisions of ANWAWS D10.9. Welding procedures shall be required for longitudinal and girth or spiral welds for pipe cylinders, spigot and bell ring attachments, reinforcing plates and ring flange welds, and plates for lug connections. C. D. Welder Qualifications: Welding shall be performed by skilled operators who have had adequate experience in the methods and materials to be used and have been qualified under the provisions of ANSVAWS D10.9 by an independent approved testing agency not more than 6 months pn'or to commencing work on the pipeline. Machines and electrodes similar to those used in the WORK shall be used in qualification tests. 1.8 FACTORY TESTING A. Product Testing: requirements. Products shall be tested at the factory for compliance with the indicated B. Witnesses: reserves the right to witness factory tests. The OWNER and the CONSTRUCTION MANAGER (at the option of either) I .9 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer. B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from the elements. PIPING COMPONENTS 15000-2 PART i - PRODUCTS 2.1 2.2 2.3 2.4 2.5 GENERAL A. Pipe Supports: Pipes shall be properly supported in accordance with Section 15020. B. Coating: Pipes above ground or in structures shall be field-painted in accordance with Section 09800. C. Pressure Rating: Except as otherwise indicated, piping systems shall be designed for I50 percent of the maximum indicated pressure. PIPE FLANGES A. Flanges: Where the design pressure is 150 psi or less, flanges shall conform to either ANWAWWA C207 Class D or ANSI B16.5 150-lb class. Where the design pressure is greater than 150 psi,'up to a maximum of 275 psi, flanges shall conform to either ANSUAWWA C207 Class E, Class F, or ANSI B16.5 150-lb class. Where the design pressure is greater than 275 psi up to a maximum of 700 psi, flanges shall conform to ANSI B 16.5 300-lb class. Flanges shall be attached to the pipe in accordance with ANSIIAWWA C207. B. Flange Coating: Machined faces of metal blind flanges and pipe flanges shall be coated with a temporary rust-inhibitive coating to protect the metal until the installation is completed. C. Flange Bolts: Bolts and nuts shall comply with Section 05500. Studs and bolts shall extend through the nuts a minimum of 1/4-inch. All-thread studs may be used only on valve flange connections where space restrictions preclude the use of regular bolts. D. Flange Gaskets: Gaskets for flanged joints shall be full-face, 1/16-inch thick sheets of virgin graded teflon, suitable for temperatures to 550 degrees F, a pH of 0 to 14, and pressures to 1400 psig. Ring gaskets shall not be permitted. FLEXIBLE CONNECTORS Flexible connectors shall be provided in all piping connections to blowers, vibrating equipment, and where indicated. Flexible connectors for service temperatures up to 180 degrees F shall be flanged reinforced neoprene or butyl rubber spools, rated for working pressures of 40 to 150 psi or reinforced flanged rubberized duck, as best suited for the application. Connectors shall be minimum of 6 inches face to face between flanges. Material selection shall be proposed by the manufacturer based on the application. PIPE THREADS Pipe threads shall comply with ANSUASME B1.20. MANUFACTURERS A. Manufacturers: Products of the type or model (if any) indicated shall be manufactured by one of the following (or equal): 1. Flange Gaskets: John Crane, Style 2 160 Garlock, Style 3000 PIP1N.G COMPONENTS 15000-3 PART 3 - EXECUTION 3.1 GENERAL A. Pipes, fittings, . and appurtenances shall be installed in accordance with the manufacturer's installation instructions. B. Dissimilar metal connections shall be electrically isolated by insulating flange sets, insulating flanges, insulating bushings, or other appropriate dielectric isolation methods. ** END OF SECTION ** PIPING COMPONENTS 15000-4 , SECTION 15020 - PIPE SUPPORTS PART 1 - GENERAL 1.1 WORK OF THIS SECTION The WORK of this Section includes providing pipe supports, hangers, guides, and anchors. 1.2 RELATED SECTIONS The WORK of the following Sections applies to the WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 05500 Miscellaneous Metalwork 2. Section 15000 Piping Components I .3 SPECIFICATlONS AND STANDARDS Except as otherwise indicated, the current editions of the following apply to the WORK of this Section: I. ANSIMSS SP-58 Standard Pipe Support Components I .4 SHOP DRAWINGS AND SAMPLES Submittals shall include: 1. Shop drawings of pipe SUPQO~~S including details of concrete inserts. PART 2 - PRODUCTS 2.1 GENERAL REQUIREMENTS A. General: Piping systems including connections to equipment shall be properly supported to prevent deflection and stresses. Supports shall comply with ANWASME B3 1.1, except as otherwise indicated. B. ANSI/MSS Types: Except as otherwise indicated, pipe support components shall comply with the types in ANSIMSS SP-58. C. Support Spacing: Supports for horizontal piping shall be properly spaced. Except as otherwise indicated, pipe support spacing shall comply with the following: 1. Support Spacing for Schedule 80 PVC Pipe: Pipe Size inches Max Span (@ 100 degrees F) feet 2 It2 6 PIPE SUPPORTS 15020-1 2.2 2. 3. 4. Support Spacing for Fiberglass Reinforced Plastic Pipe: Pipe Size inches Max. Span (@ 100 degrees F) Feet All Sizes As Shown on Design Plans Variances: For other piping materials or wall thicknesses, the above spacings shall be modified in accordance with the pipe manufacturer's recommendations. Additional Supports: Additional supports complying with ANSI B3 I. 1 shall be provided at critical elbows and valves. D. Pipe Hangers: Pipe hangers shall be capable of supporting the pipe, shall allow for free expansion and contraction of the piping, and shall prevent excessive stress on equipment. Hangers shall have a means of vertical adjustment after erection. Hangers shall be designed so that they cannot become disengaged by any movement of the pipe. Hangers subject to shock, seismic disturbances, or thrust imposed by the actuation of safety valves, shall include hydraulic shock suppressors. All hanger rods shall be subject to tensile loading, only. E. Hangers Subject to Horizontal Movements: At hanger locations where lateral or axial movement is indicated, suitable linkage shall be provided to permjt movement. Where horizontal pipe movement is greater than 1/2-inch, or where the hanger rod deflection from the vertical is greater than 4 degrees from minimum to maximum temperature, the hanger rod and structural attachment shall be offset in such a manner that the rod is vertical in the hot position. F. Point Loads: Meters, valves, heavy equipment, and other point loads on PVC, fiberglass, and other plastic pipes, shall be supported on both sides according to manufacturer's recommendations to avoid pipe stresses. Supports on plastic and fiberglass piping shall be equipped with extra wide pipe saddles or galvanized steel shields. Structural Design: Pipe supports, anchors, and restrainers shall be deigned for static, dynamic, wind, and seismic loads. The horizontal seismic design force shall be the greater of that indicated in the project Geotechnical Report or the requirement of the UBC for Seismic Zone 4. G. H. Other than stainless steel, non-ferrous supports shall be coated in accordance with Section 09800. Stainless steel Type 3 16 supports shall be used inside wet well areas, and galvanized steel supports shall be used in all other locations. Non ferrous supports shall only be used if specifically indicated on design plans or if recommended by equipment manufacturer MANUFACTURERS Pipe supports shall be manufactured by one of the following (or equal): Basic Engineers Bergen-Paterson Corp. ITT-Grinnell Corp. NPS Industries, lnc. Powerstrut Unistrut PIPE SUPPORTS 15020-2 PART 3 - EXECUTION 3.1 INSTALLATION A. General: Pipe supports, hangers, brackets, anchors, guides, and inserts shall be installed in accordance with the manufacturer's installation instructions and ANWASME B31 .I. B. Appearance: Supports and hangers shall be installed to produce an orderly, neat piping system. Hangers shall be adjusted to line up groups of pipes at the proper grade for drainage and venting, as close to ceilings as possible and without interference with other work. ** END OF SECTION ** PIPE SUPPORTS 15020-3 SECTION 151 06 - BALL VALVES PART 1 - GENERAL 1.1 WORK OF THIS SECTION The WORK of this Section includes providing manually-operated ball valves, operators, and accessories. 1.2 RELATED SECTIONS The WORK of the following Section applies to the WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. I 1000 Equipment General PART 2 - PRODUCTS 2.1 PLASTIC BALL VALVES A. General Requirements: Plastic ball valves shall be fabricated of polyvinyl chloride (PVC). Valves shall have manual operators except as otherwise indicated. B. Construction: Plastic ball valves shall have union ends, solvent welded, or flanged ends conforming to ANSI B 16.5, class 150. Bails shall have full size ports and Teflon seats. Body seals, union O-ring seals, and stem seals shall be Viton. Valves shall be suitable for a maximum working of I50 psi at 73 degrees F for PVC. 2.2 MANUFACTURERS Ball valves shall be manufactured by the following (or equal): 1. Plastic Ball Valves: ASAHI-America, (full port: !4 to 4 inches only) G F Plastic Systems, Inc., (full port: !4 to 2 inches only) NlBCO Inc., (Chemtrol), (full port: Y7 to 4 inches only) Spears, (full port: !h to 6 inches only) PART 3 - EXECUTION 3.1 GENERAL A. General: Valves, operating units, stem extensions, valve boxes, and accessories shall be installed in accordance with the manufacturer’s installation instructions. Valves shall be independently supported to prevent stresses on the pipe. B. Access: Valves shall be installed to provide easy access for operation, removal, and maintenance and to prevent interferences between valve operators and structural members or handrails. BALL VALVES 15106-1 0 C. Valve Accessories: Where combinations of valves, sensors, switches, and controls are indicated, the combinations shall be properly assembled and installed to ensure that systems are compatible and operating properly. ** END OF SECTION ** BALL VALVES 15106-2 , SECTION 16000 - GENERAL REQUIREMENTS FOR ELECTRICAL WORK PART ]-GENERAL 1 .O1 DESCRIPTION A. Scope: This section specifies general requirements for electrical work. Detailed requirements for specific electrical items are specified in other sections but are subject to the general requirements of this section. The electrical drawings and schedules included in this project manual are functional in nature and do not specify exact locations of equipment or equipment terminations. B. Definitions: 1. Elementary or Schematic Diagram: A schematic (elementary) diagram shows, by means of graphic symbols, the electrical connections and functions of a specific circuit arrangement. The schematic diagram facilitates tracing the circuit and its functions without regard to the actual physical size, shape, or location of the component devices or parts. 2. One-Line Diagram: A one-line diagram shows by means of single lines and graphical symbols the course of an electrical circuit or system of circuits and the components, devices or parts used therein. Physical relationships are usually disregarded. 3. Block Diagram: A block diagram is a diagram of a system, instrument, computer, or program in which selected portions are represented by annotated boxes and interconnecting lines. 4. Wiring Diagram or Connection System: A wiring or connection diagram includes all of the devices in a system and shows their physical relationship to each other including terminals and interconnecting wiring in an assembly. This diagram shall be (a) in a form showing interconnecting wiring only by terminal designation (wireless diagram), or (b) a panel layout diagram showing the physical location of devices plus the elementary diagram. 5. Interconnection Diagram: Interconnection diagrams shall show all external connections between terminals of equipment and outside points, such as motors and auxiliary devices. References shall be shown to all connection diagrams which interface to the interconnection diagrams. Interconnection diagrams shall be of the continuous line type. Bundled wires shall be shown as a single line with the direction of entrylexit of the individual wires clearly shown. Wireless diagrams and wire lists are not acceptable. Each wire identification as actually installed shall be shown. The wire identification for each end of the same wire shall be identical. All devices and equipment shall be identified. Terminal blocks shall be shown as actually installed and identified in the equipment complete with individual terminal identification. A11 jumpers, shielding and grounding termination details not shown on the equipment connection diagrams shall be shown on the interconnection diagrams. Wires or jumpers shown on the equipment connection diagrams shall not be shown again on the interconnection diagram. Signal and DC circuit polarities and wire pairs shall be shown. Spare wires and cables shall be shown. 6. Arrangement, Layout, or Outline Drawings: An arrangement, layout, or outline drawing is one which shows the physical space and mounting requirements of a piece of equipment. It may also indicate ventilation requirements and space provided for connections or the location to which connections are to be made. GENERAL REQUIREMENTS FOR ELECTRICAL WORK I 6000- 1 1.02 QUALITY ASSURANCE ANSI A58.1 NFPA-70 A. References: This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Minimum Design Loads for Buildings and Other Structures National Electrical Code (NEC) Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference I Title UBC 1 Uniform Building Code B. Identification of Listed Products: Electrial equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory. Three such organizations are UndeMniters Laboratories (UL), Canadian Standards Association (CSA), and Electrical Testing Laboratories (ETL). Independent testing laboratory shall be acceptable to the inspection authority having jurisdiction. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the product may be required by the inspection authority, to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. C. Factory Tests: Where specified in the individual product specification section, factory tests shall be performed at the place of fabrication and performed on completion of manufacture or assembly. The costs of factory tests shall included in the contract price. I .03 SUBMITTALS The following submittals shall be provided: 1. A copy of this specification section, with addendum updates included, and all referenced and applicable sections, with addendum updates included, with each paragraph check-marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. Check marks (J) shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the Contractor, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph, referenced to a detailed written explanation of the reasons for requesting the deviation. The Construction Manager shall be the final authority for determining acceptability of requested deviations. The remaining portions of the paragraph not underlined will signify compliance on the part of the Contractor with the specifications. Failure io include a copy of the marked-up specification sections, along with justification( s) for any requested deviations to the specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal with no hrther consideration. GENERAL REQUIREMENTS FOR ELECTRICAL WORK 16000-2 2. Catalog cuts of equipment, devices, and materials requested by the individual specification sections. Catalog information shall include technical specifications and application information, including ratings, range, weight, accuracy, etc. Catalog cuts shall be edited to show only the items, model numbers, and information which apply. Catalog cuts shall be assembled in a folder. Each folder shall contain a cover sheet, indexed by item, and cross-referenced to the appropriate specification paragraph. 3. Interconnection diagrams--The Contractor shall prepare interconnection diagrams depicting all cable requirements together with their actual terminations as specified in paragraph 16000-1 .O1 B. 1.04 DRAWINGS Where the Contractor is required to provide information on drawings as part of the specified work, such drawings shall be prepared on 22-inch by 34-inch polyester plastic (Mylar) drafting media complete with borders and title blocks clearly identifying project name, equipment and the scope of the drawing. Drawing quality and size of presentation shall be such as to permit 50 percent reduction of such drawings for insertion in operation and maintenance manuals. 1.05 PROJECT/SITE CONDITIONS A. General: Unless otherwise specified, equipment and materials shall be sized and derated for the ambient conditions, but not less than an ambient temperature of 40 degrees C at an eJevation ranging from sea level to 3000 feet without exceeding the manufacturer's stated tolerances. B. Corrosive Areas: The following areas are designated as corrosive: 1. Wetwell C. Hazardous (Classified) Areas: The following areas are designated as hazardous (classified): 1. Wetwell (Class 1 Division 1) D. Seismic: Electrical equipment and supports shall be braced in accordance with UBC for Seismic Zone 4. 1.06 STORAGE OF MATERIALS AND EQUIPMENT Equipment and materials to be located indoors shall be stored indoors and sealed with plastic film wrap. 1.07 ELECTRICAL NUMBERTNG SYSTEMS A. Conductor Numbers: Conductors shall be identified with numbers at both ends. Conductor tag numbers shall consist of the equipment number followed by a dash followed by the conductor number specified on the control diagram. Example: Tag number = 1900 - L1 where: 1900 = cable number L 1 = conductor number GENERAL REQUlFEMENTS FOR ELECTRICAL WORK 16000-3 Conductors which are in parallel or in series between equipment shall have the same conductor number. Neutral conductors shall have the same conductor number. Wherever possible, the conductor number shall be the same as the terminal to which it connects. Color Function Red Run, open valve Green Ready, closed valve White or clear Normal condition Amber (yellow) Abnormal condition When factory-wired equipment has terminal numbers different than the conductor numbers shown on the control diagrams, both shall be shown on the interconnection diagram, and a copy of the interconnection diagram shall be fastened to the inside of the equipment cabinet. Example Equipment operating, motor running Equipment ready, end of cycle Control power on, status OK Failure of equipment or status abnormal, fault condition 1.08 INDICATING LAMP COLORS Unless otherwise specified, indicating lights shall be equipped with colored lenses in accordance with the following schedule: PART 2 - PRODUCTS 2 .O 1 EQUIPMENT AND MATERL4LS A. General: Equipment and materials shall be new and free from defects. All material and equipment of the same or a similar type shall be of the same manufacturer throughout the work. Standard produc- tion materials shall be used wherever possible. B. Equipment Finish: Unless otherwise specified, electrical equipment and materials shall be painted by the manufacturer. 2.02 WIRE MARKERS Each power and control conductor shall be identified at each terminal to which it is connected. Conductors size No. IO AWG or smaller shall have identification sleeves. Conductors shall be identified in accordance with paragraph 16000-1.07 A. The letters and numbers that identify each wire shall be machine printed on sleeves with permanent black ink. The figures shall be 1/8 inch high. Sleeves shall be yellow or white tubing, sized to fit the conductor insulation. The sleeves shall be shrunk to fit the conductor with hot air after installation. They shall be TMS Thermofit Marker System by Raychem Co., sleeve style wire marking system by W. H. Brady Co., or equal. Adhesive strips are not acceptable. Conductors No. 8 AWG and larger shall use cable markers of the locking tab type. Tabs shall be white plastic with conductor identification number permanently embossed. 2.03 RACEWAY MARKERS Raceway markers shall be 0.036-inch minimum thickness, solid brass tags with raceway number stamped in 3/16-inch minimum height characters. Tags shall be attached to the raceway with 3 I6 stainless steel wire. 2.04 NAMEPLATES Nameplates shall be made from laminated phenolic plastic. The nominal size of the nameplates shall be 3/4 inch high by 2 inches long. Nameplates shall have black backgrounds with 3/16-inch white letters. If abbreviations GENERAL REQUIREMENTS FOR ELECTRICAL WORK 16000-4 'are required because of space limitations, abbreviations shall be submitted to the Construction Manager prior to manufacture. Nameplates shall be fastened using self-tapping stainless steel screws. The use of adhesives will not be permitted on the outside of enclosures. 2.05 TERMINAL BLOCKS Unless otherwise specified, tm'nal blocks shall be panhead strap screw type. Terminals shall be provided with integral marking strips which shall be permanently identified with the connecting wire numbers as shown on the drawings. Terminal blocks for P-circuits (power 208-600 volts) shall be rated not less than the conductor current rating and shall not be rated less than 600 volts AC. Terminal blocks for C-circuits (control and/or power 120 volts or less power) and S-circuits (signal) shall be rated not less than 20 amperes and shall not be rated less than 600 volts AC. Terminals shall be tin-plated. Insulating material shall be nylon. 2.06 PRODUCT DATA The following information and product data specified under individual specification sections shall be provided: 1. Applicable operation and maintenance information on an item-by-item basis. Operation and maintenance information shall be provided at the time of equipment, device, or material site delivery, or at a certain stage of project completion. Full-size drawings shall be reduced to I 1 x I7 inches. 2. Test results for motors and electrical systems shall be provided by the Contractor. A file of the original test results shall be maintained by the Contractor. Prior to acceptance of work, the resulting file shall be provided to the Construction Manager. 3. Description of functional checkout procedures specified under paragraph 16000-3.02 C shall be provided 30 days prior to performing hnctional checkout tests. 4. Record documents specified in paragraph 16000-3.03. PART 3 - EXECUTlON 3.01 GENERAL A. Construction: The work under Division 16 shall be performed in accordance with these specifications. Unless otherwise detailed or dimensioned, electrical layout drawings are diagrammatic. The Contractor shall coordinate the location of electrical material or equipment with the work. Minor changes in location of electrical material or equipment made prior to installation shall be made at no cost to the Owner. B. Housekeeping: Electrical equipment shall be protected from dust, water and damage. Motor control centers, switchgear, and buses shall be wiped free of dust and dirt on the outside kept dry and shall be vacuumed on the inside within 30 days of acceptance of the work. Before final acceptance, the Contractor shall touch up any scratches on equipment as required to restore to original condition. Electrical equipment temporarily exposed to weather, debris, liquids, or damage during construction shall be protected as required. GENERAL REQUIREMENTS FOR ELECTRICAL WORK 16000-5 3.02 TESTING A. General: Prior to energizing the electrical circuits, the following tests shall be performed. Unless otherwise specified, a 1000 volt megohmmeter shall be used for resistance measurements. The test measurements shall be recorded in accordance with paragraph 16000-1.03. 'B. Insulation Resistance Measurements: 1. General: Insulation resistance measurements shall be made on conductors and energized parts of electrical equipment. Minimum acceptable values of insulation resistance shall be in accordance with the applicable KEA, NEMA or ANSl standards for the equipment or material being tested, unless otherwise specified. The ambient temperature at which insulation resistance is measured shall be recorded on the test form. lnsulation resistance measurements shall be recorded. Insulation with resistance of less than 10 megohms is not acceptable. 2. Conductor And Cable Tests: The phase-to-ground insulation resistance shall be measured for all circuits 120 volts and above except lighting circuits. Measurements may be made with motors and other equipment connected, except that solid state equipment shall be disconnected unless the equipment is normally tested by the manufacturer at voltages in excess of 1000 volts DC. 3. Motor Tests: Test shall be completed for each motor after installation. All motors shall have their insulation resistance measured before they are connected. Motors 50 Hp and larger shall have their insulation resistance measured at the time of delivery as well as when they are connected. Insulation resistance values less than 10 megohms are not acceptable. C. Prefunctional Checkout: Functional testing shall be performed. Prior to functional testing, all protective devices shall be adjusted and made operative. Prior to energization of equipment, the Contractor shall perform a functional checkout of the control circuit. Checkout shall consist of energizing each control circuit and operating each control, alarm or malfunction device and each interlock in turn to verify that the specified action occurs. The Contractor shall submit a description of his proposed functional test procedures prior to the performance of hnctional checkout. The Contractor shall verify that motors are connected to rotate in the correct direction. Verification may be accomplished by momentarily energizing the motor, provided the Contractor confirms that neither the motor nor the driven equipment will be damaged by reverse operation. 3.03 RECORD DOCUMENTS Record documents refer to those documents maintained and annotated by the Contractor during construction, and include record drawings, and the following additional schedules, lists, and drawings: Interconnection Diagrams (I 6000, part 2) Original Submittal Drawings (I 6000, part 1) **END OF SECTION** GENERAL REQUIREMENTS FOR ELECTRICAL WORK 16000-6 SECTION 161 IO - RACEWAYS, BOXES, AND SUPPORTS PART 1 - GENERAL 1.01 SCOPE This section covers the furnishing and installation of electrical conduits, wireways, pull boxes, manholes, handholes, cable trays, fittings and supports. Raceways shall be provided for lighting, receptacles, power, control, instrumentation, signaling and grounding systems. 1.02 REFERENCES This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. . .. Reference AASHTO H20 ANSI C80.1 ANSI C80.3 ASTM A48 REV A ASTM A193lA193M REV C ASTM F5 12 FEDSPEC WW-C-58 1 E FEDSPEC W-C-IO94A JIC EMP-I NEMA ICs 6 NEMA TC2 NEMA TC6 NEMA VEI NEMA 250 NFPA 70 Title Highway Bridges Rigid Steel Conduit-Zinc Coated Electrical Metallic Tubing-Zinc Coated Gray Iron Castings Alloy-Steel and Stainless Steel Bolting Materials for High Temperature Service Smooth-Wall Polyvinylchloride Conduit and Fittings for Underground Installation Conduit, Metal, Rigid and Intermediate; and Coupling, Elbow, and Nipple, Electrical Conduit; Zinc Coated Conduit and Conduit Fittings, Plastic, Rigid Electrical Standards for Mass Production Equipment Industrial Control and Systems Enclosures Electrical Plastic Tubing (EPT) and Conduit (EPC 40 and EPC PVC and ABS Plastic Utilities Duct for Underground Installation Cable Tray Systems Enclosures for Electrical Equipment ( 1000 volts maximum) National Electrical Code (NEC) 80) RACEWAYS, BOXES, AND SUPPORTS 161 10-1 Reference I Title I NFPA 79 UL 1 UL 6 UL 360 UL 651 UL 797 1 Electrical Standards for Industrial Machinery Flexible Metal Electrical Conduit Rigid Metal Electrical Conduit Liquid Tight Flexible Electrical Conduit Rigid Nonmetal Electrical Conduit Electrical Metallic Tubing 1.03 SUBMITTALS The following information shall be provided: I. A copy of this specification section, with addendum updates included, and all referenced and applicable sections, with addendum updates included, with each paragraph check-marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. Check marks (J ) shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the Contractor, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph, referenced to a detailed written explanation of the reasons for requesting the deviation. The Construction Manager shall be the final authority for determining acceptability of requested deviations. The remaining portions of the paragraph not underlined will signify compliance on the part of the Contractor with the specifications. Failure to include a copy of the marked-up specification sections, along with justification(s) for any requested deviations to the specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal with no further consideration. 2. Manufacturer's descriptive literature for all materials. PART 2 - PRODUCTS 2.01 RACEWAY General requirements for raceway materials specified in this section are listed in the RACESPECS sheets at the end of this section. The type of raceway to be used for any given area and application shall conform with the requirements of Table A in this section. 2.02 BOXES AND FITTINGS A. PULL BOXES AND WIRING GUTTERS: Indoor boxes larger than FD boxes shall be constructed of sheet steel and galvanized after fabrication. Similar enclosures outdoors shall be provided with neoprene gaskets on the hinged doors or removable covers. Box and gutter sizes, metal thickness, and grounding shall comply with the National Electrical Code. Bolt-on junction box covers 3 feet square or larger, or heavier than 25 pounds, shall have a rigid handk. Covers larger than 3 x 4 feet shall be split. B. TERMINAL CABINETS: Terminal cabinets located indoors shall be NEMA 12. Cabinets located outdoors and in corrosive areas shall be NEMA 4X. Cabinets shall be provided with hinged doors. Adjustable terminal strip mounting accessories shall be provided. Cabinets shall be provided with channel mounted terminal blocks rated 30 amperes, 600 volt AC. Terminals shall be No. 8 minimum strap-screw type, suitable for ring tongue or locking spade terminals. RACEWAYS, BOXES, AND SUPPORTS 161 10-2 1 C. MANHOLES: Unless otherwise specified, manholes shall be precast concrete, 3000 psi strength at 28 days, with reinforcing and cover designed for H-20 bridge loading. Manhole dimensions shall be as indicated on the drawings. Necking and shaft shall have 36-inch minimum clear opening. Manhole cover and frame shall be Class 30B gray cast iron per ASTM A48 with machine finished flat bearing surfaces. Manholes shall be watertight. Exterior walls of manholes shall be provided with 6 mils of waterproof membrane, Sonneborn HLM 5000 Series, or equal. Duct entries shall be no less than 14 inches above floor and below ceiling. Cables supports, clamps or racks shall be provided to support the cable at minimum 2-foot intervals. Concrete inserts shall be embedded in walls and ceiling. Floor shall slope 2 percent in all directions to a sump. Sump shall be a minimum of 18 x 18 x 12 inches deep. Manhole walls shall be provided with boxouts with waterstops on all sides of each boxout. Waterstops shall be as specified in the Cast-in-Place Concrete section. Boxouts shall be sized to accommodate the penetrating underground duct banks. D. HANDHOLES: Handholes shall be precast concrete with checker plate, galvanized, traffic covers designed for H-20 loading. Dimensions shall be as specified on the drawings. Handholes shall be provided with precast solid concrete slab bottoms with sumps. Handholes shall be constructed of 3000psi reinforced concrete. Handhole cover shall be engraved "ELECTRICAL" or "SIGNAL" as applicable. Handhole walls shall be provided with boxouts, as specified for manholes. ' 2.03 RACEWAY SUPPORTS A. CONDUIT SUPPORTS: Hot-dip galvanized framing channel with end caps shall be provided to support groups of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit supports for PVC coated rigid steel and PVC conduit systems shall be one-hole PVC coated rigid steel or clamps conduit wall hangers. B. CEILIJVG HANGERS: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers as specified. Straps or hangers of plumber's perforated tape are not acceptable. Unless otherwise specified, hanger rods shall be 1/2-inch all-thread rod and shall meet ASTM AI 93. Hanger rods in corrosive areas and those exposed to weather OJ moisture shall be stainless steel. C. SUSPENDED RACEWAY SUPPORTS (RACKS) : Suspended raceway supports shall consist of concrete inserts, galvanized carbon steel rod hangers, and jamb nuts supporting hot-dip galvanized framing channel or lay-in pipe hangers as required. Hanger rods shall be 1/2-inch all-thread rod and shall meet ASTM A193, unless otherwise specified. All suspended raceway supports shall be braced at 30-foot intervals (alternating from one side to the other) to meet specified seismic requirements. RACEWAYS, BOXES, AND SUPPORTS 161 10-3 2.04 2.05 2.06 2.07 2.08 CONCRETE ENCASED DUCT BANKS Concrete used for duct banks shall be Class E with red oxide added as specified in the Cast-in-Place Concrete section. UNDERGROUND MARKING TAPE Underground marking tape shall be for early wamhg protection of digging around reinforced concrete duct banks. Tape shall be low density polyethylene plastic, nominally 6 inches wide and 4 mil thickness. The plastic color shall be red. A warning shall be imprinted continuously along the length, with message reading similar to "CAUTION - STOP DIGGING - BURIED ELECTRIC LINE BELOW." Tape shall be Brady "Jdentoline"; Services and Materials "Buried Underground Tape"; Somerset (Thomas & Betts) "Protect-A- Line"; or equal. Underground marking tape for directly buried cables and conduits shall be 6-inch wide metallic lined tape with red polyethylene film on top and clear polyethylene film on the bottom. The message shall be clearly printed with black over red tape and shall read "CAUTION ELECTRIC LINE BURIED BELOW". NAMEPLATES Nameplates shall be provided for all boxes in accordance with the requirements of Section 16000. Nameplate wording shall be as indicated on the drawings. Where no wording is specified, the Contractor shall provide the finctional description of the device on the nameplate. FIRESTOPS Firestops and seals shall be Flamemastic 77, Vimasco No. 1-A, or equal, and shall be applied in accordance with manufacturer's recommendations. Products which are affected by water are not acceptable. RACEWAY IDENTIFICATION Raceway number tags shall conform to the requirements of raceway markers, Section 16000. PART 3 - EXECUTION 3.01 GENERAL Table A specifies the type of raceway required for each location and application by RACESPEC sheet. Unless otherwise specified, in Table A, unscheduled conduit shall be galvanized, rigid steel, RACESPEC type GRS. Table A Location Indoor noncorrosive Indoor corrosive Outdoor Concealed Underground Underground Application/condition Exposed Exposed Exposed (WWTP) Exposed (other) Embedded in concrete structure or beneath slab-on- grade Instrumentation, communications and data signals encased in concrete, duct bank Instrumentation, communications and data signals RACESPEC GRS PGRS PGRS GRS PVC4 PVC4 PGRS RACEWAYS, BOXES, AND SUPPORTS 161 10-4 Location Underground Nonhazardous Hazardous corrosive Hazardous Architecturally finished areas Architecturally finished areas 3.02 CONDUIT A. GENERAL: Applicatiodcondjtion directly buried Power encased in concrete, duct bank Final connection to equipment and light fixtures Exposed Final connection to equipment Concealed in framed walls and ceiling spaces (lighting and receptacle circuits only) Final connection to lieht fixtures RACESPEC PVC4 LFS PGRS XPFS EMT FLEX The number of directional changes of a conduit shall be limited to 270 degrees in any mn between pull boxes. Conduit runs shall be limited to a maximum of 400 feet, less 100 feet or fraction thereof, for every 90 degrees of change in direction. B. MDOOR AND OUTDOOR CONDUIT SYSTEMS: In general, conduit inside structures shall be /(concealed) /(exposed) unless otherwise specified or indicated on the drawings. No conduit shall be exposed in water chambers unless so indicated on the drawings. Unless otherwise indicated on the drawings, the Contractor shall be responsible for determining conduit routing that conforms to the installation requirements set forth herein. Conduit installation shall conform to the requirements of the RACESPEC sheets and the following: 1. Exposed conduit shall be installed either parallel or perpendicular to structural members and surfaces. 2. Two or more exposed conduits in the same general routing shall be in parallel with symmetrical bends. 3. Exposed conduit shall be run on supports spaced not more than 10 feet apart. 4. Where three or more conduits are located in parallel run, they shall be spaced out from the wall using framing channel. 5. Where conduits are suspended from the ceiling, support systems shall comply with the requirements of Section 16000. 6. Conduit rack supports shall be secured to concrete walls and ceilings by means of cast-in- place anchors or framing channel concrete inserts. 7. Conduits shall be at least 6 inches from high temperature piping, ducts, and flues with temperatures higher than 90 degree C. RACEWAYS, BOXES, AND SUPPORTS 161 10-5 C. 8. Conduits shall be installed between the reinforcing steel in walls or slabs which have reinforcing in both faces. In slabs which have only a single layer of reinforcing steel, conduits shall be placed under the reinforcement. 9. Conduit shall be routed clear of structural openings and indicated future openings. IO. Conduits through roofs or metal walls shall be flashed and sealed watertight. 1 I. Conduit shall be neatly grouted into any openings cut into concrete and masonry structures. 12. Conduits shall be capped during construction to prevent entrance of dirt, trash, and water. 13. Exposed conduit stubs for future use shall be terminated with galvanized pipe caps. 14. Concealed conduit stubup locations shall be determined from the manufacturer's shop drawings. 15. Concealed conduit for future use shall be ternhated in equipment or by galvanized couplings plugged flush with structural surfaces. 16. Where the drawings indicate future duplication of equipment wired hereunder, concealed portions of conduits for future equipment shall be provided. 17. Conduit installed honzontally shall allow headroom of at least 7 feet except where it may be installed along structures, piping, and equipment, or in other areas where headroom cannot be maintained because of other considerations. 18. All conduits that enter enclosures shall be terminated by fittings which ensure that the NEMA rating of the enclosure is not affected or changed. 19. Underground metallic OJ nonmetallic conduit which turns out of concrete, masonry or earth shall be connected to a 90-degree elbow of PVC-coated rigid steel conduit before emergence. 20. Conduit across structural joints where structural movement is allowed shall have an 0-Z "Type DX" or Crouse-Hinds "Type XD," bonded, weathertight expansion and deflection fitting of that conduit size. UNDERGROUND CONDUIT SYSTEM: All excavation, backfilling, and concrete work shall conform to respective sections of these specifications. Underground conduit shall conform to the following requirements: I. All underground conduits not indicated otherwise on the drawings shall be concrete encased. All concrete encasement shall be reinforced. 2. Concrete encased conduit shall have minimum concrete thicknesses of 2 inches between conduits, 1 inch between conduit and reinforcing, and 3 inches over reinforcing. 3. Concrete encasement on exposed outdoor conduit risers shall continue to 3 inches above grade, with top crowned and edges chamfered. 4. Underground conduit bend radius shall be not less than 2 feet minimum at vertical risers nor less than 3 feet elsewhere. RACEWAYS, BOXES, AND SUPPORTS 161 10-6 5. Where conduit and concrete encasement are terminated underground, the conduit and reinforcing shall both extend at least 2 feet past the concrete. Conduits shall be capped and threads shall be protected. All steel surfaces shall be given two coats of thixotropic coal tar paint. 6. Underground conduits and conduit banks shall have 2 feet minimum earth cover except where indicated otherwise. 7. Underground conduit banks through building walls shall be cast in place or concreted into boxouts with waterstops on all sides of the boxout. Waterstops shall be as specified in the Cast-in-Place Concrete section. 8. 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. 9. Conduits shall be thoroughly swabbed on the inside, immediately upon completion of pouring concrete. After the concrete has set, and before backfilling, a mandrel having a diameter equal to the nominal conduit inside diameter minus 112 inch, and not less than 4 inches long, shall be pulled through each conduit. If the mandrel showed signs of protrusions on the inside of the conduit, the conduit shall be repaired or replaced. 10. All spare raceways shall be provided with a nylon pull rope. D. SEALING OF CONDUIT: Conduits passing from a hazardous or corrosive area into a nonhazardous or noncorrosive area, or between Class 1, Division 1 area and Class 1, Division 2 area shall be provided with a sealing fitting which shall be located at the boundary in accordance with NEC. Seal fittings for conduit systems in hazardous atmosphere locations shall be hot-dip galvanized cast ferrous alloy. Sealing compound shall be hard type, UL listed for explosionproof sealing fittings. Sealing compound shall be nonhardening type for corrosive areas. Seal fitting and sealing compound shall be as manufactured by Appleton, Crouse-Hinds, or equal. 3.03 MANHOLES AND HANDHOLES Unless otherwise specified, manhole and handhole installation shall be as follows: I. Manholes and handholes shall be set on a minimum of 6 inches of crushed rock on top of undisturbed or compacted earth. 2. Manholes and handholes shall be set plumb, so that water shall drain properly to the sump. 3. Manhole covers, unless otherwise specified, shall be set at I to 2 inches above finish grade with surrounding pavement sloping away from the manhole cover. 4. All metallic hardware inside manholes and handholes shall be grounded by connection to the ground plate. Connections shall be made using bolted connections, bonding jumpers and grounding bushings. RACEWAYS, BOXES, AND SUPPORTS 161 10-7 3.04 CABLE TRAY Unless otherwise specified, cable bay installation shall be as follows: I. Cable trays shall be supported at intervals not to exceed 5 feet. 2. Comers shall be supported by two supports installed as close as possible to the corner, with one support on each side of the comer. 3. All field cuts shall be treated with zinc rich paint. 4. Expansion joint splice plates shall 'be used to allow 1-1/2-inch free movement between adjacent trays when crossing building expansion joint. 5. Cable tray shall have minimum clearance of 314 inch from concrete surfaces and minimum spacing of 12 inches from other trays. The top of the tray shall be minimum 9 inches from the ceiling. 6. Signal cable trays shall be provided with covers. Covers shall be solid or louvered type. 7. Each cable tray shall be provided with No. 210 AWG minimum bare copper equipment ground conductor. The ground conductor shall be attached to the outside of each tray section using UL Listed bolted bronze or brass ground clamp. 8. Power cables shall be placed in cable trays not more than two layers deep. 9. 3.05 RACEWAY NUMBERING Cables shall be arranged in trays so as to provide minimum cross-over. Each conduit shall be provided with a number tag at each end and in each manhole and/or pull box. Trays shall be identified by stencils at intervals not exceeding 50 feet, at intersections, and at each end. 3.06 RACEWAY SCHEDULE A. With the exception of lighting, communication, paging, fire alarm, security and receptacle circuits, the type and size of raceway shall be as specified on the drawings. Lighting and receptacle raceway are unscheduled and shall be sized by the Contractor in accordance with the NEC, Table 3A (TW insula- tion). Minimum size shall be 314 inch for exposed and I inch for embedded raceway. B. The number and size of communication, paging, fire alarm, and security raceways shall be as required for the particular equipment provided subject to the minimum sizes specified above. The type of raceway shall be in accordance with paragraph 16 1 10-3.0 1. C. SCHEDULED RACEWAY: The size and type of raceway shall be as specified on the drawings. In case of conflicts between the drawings and paragraph 161 10-3.01, the drawings shall prevail. Where conduit size is not indicated on the drawings or schedules, the conduit shall be subject to the minimum sizes specified above. RACEWAYS, BOXES, AND SUPPORTS 161 10-8 3.07 ' RACESPECS SHEETS 0 The following RACESPECS are included in this section: RACESPEC symbol GRS PGRS XPFS Type Rigid Steel Conduit PVC Coated Rigid Steel Conduit Explosion-Proof Flexible Steel Conduit 3.07 RACEWAY SPECIFICATION SHEETS (RACESPEC) Raceway Identification: GRS Description: Rigid Steel Conduit Compliance: ANSI C80. I, UL 6 Finish: Manufacturers: Minimum size: Fittings: Hubs: Unions: Boxes: Indoor: Outdoor: Corrosive: RACEWAYS, BOXES, AND SUPPORTS Application Electrical Room, Outdoor Direct-Buried Conduit Wetwell, Drywell Wetwell Hot-dip galvanized after fabrication, inside and outside. finished surfaces. Smooth Allied Tube and Conduit COT., Wheatland Tube Co., or equal. Unless otherwise specified, 314 inch for exposed, I inch for embedded, encased, or otherwise inaccessible. lnsulated throat with bonding locknut, hot-dip galvanized. The hubs shall utilize a neoprene "0" ring and shall provide a watertight connec- tion. 0-Z Gedney, CHM-XXT, or equal Electrogalvanized ferrous alloy type Appleton UNF or UNY, Crouse- Hinds UNF or UNY, or equal. Threadless fittings are not acceptable. Type FD cast ferrous for all device boxes and for junction boxes less than 6 inches square. NEMA 12 welded steel 6 inches square and larger. Door shall have hinges with clamp locks. Boxes in process areas shall be NEMA 4 watertight. Conduit bodies: covers. Gaskets shall be made of neoprene. ferrous alloy type with screw taps for fastening Type FD cast ferrous for all device boxes and for junction boxes less than 6 inches square. NEMA 4X stainless steel nonmetallic for 6 inches square and larger. NEMA 4X stainless steel or nonmetallic. 161 10-9 Hazardous: NEMA Class 7 cast ferrous. Elbows: (3/4" thru I - 1/27 (2" thru 6") Conduit Bodies: (3/4" thru 4'7 (5" and 6") Factory fabricated or field bent. Factory fabricated only. Malleable iron, hot-dip galvanized, unless otherwise noted. Neoprene gaskets for all access plates. Tapered threads for all conduit entrances. Electrogalvanized iron or cast iron box. 3.07 RACEWAY SPECIFICATION SHEETS (RACESPEC) Raceway Identification: GRS (continued) Expansion Fittings: Manufacturers: Installation: Expansion fittings in embedded runs shall be watertight and shall be provided with an internal bonding jumper. The expansion material shall be neoprene and shall allow for 3/4-inch movement in any direction. Appleton, Crouse-Hinds, Hubbell, 0. Z. Gedney, or equal. Rigid steel conduit shall be made up tight and without thread compound. Joints shall be made with standard couplings or threaded unions. Steel conduit shall be supported away from the structures using hot-dip galvanized malleable iron straps with nesting backs. Conduit entering boxes shall be terminated with a threaded hub with a grounding bushing. Exposed male threads on rigid steel conduit shall be coated with zinc- rich paint. 3.07 RACEWAY SPECIFICATION SHEETS (RACESPEC) Raceway Identification: PGRS Description: Rigid Steel Conduit, Corrosion-Resistant, Polyvinyl Chloride (PVC) Coated Compliance: ANSI C80. I, UL 6 Finish: PGRS shall be hot-dip galvanized rigid steel conduit, to which a minimum 40-mil thick PVC coating has been bonded to the outside of the conduit. A 2-mil coat of urethane coating shall be bonded to the inside. Coating shall be free of pinholes. Bond strength shall exceed the tensile strength of the PVC coat. Elbows shall be factory made and coated. RACEWAYS, BOXES, AND SUPPORTS 161 10-10 314 inch Hubs: Similarly coated to the same thickness as the conduit and provided with type 316 stainless steel hardware. Conduit and fittings shall be manufactured by the same company. Hubs for connection of conduit to junction, device, or terminal boxes shall be threaded and made of cast ferrous alloy. Hubs shall have the same PVC coating as the conduit. The hub shall have and insulating grounding bushings. The hubs shall utilize a neoprene "0" ring and shall provide a watertight connection. Boxes: Nonhazardous: NEMA Class 4X stainless steel or nonmetallic. Hazardous: NEMA Class 7 cast ferrous. 3.07 RACEWAY SPECIFICATION SHEETS (RACESPEC) . Raceway Identification: PGRS (continued) Manufacturers: Installation: PVC coated conduit shall be by Robroy Industries, Occidental Coating Company, OJ equal. Plastic coated conduit shall be made up tight, threaded, and installed using tools approved by the conduit manufacturer. All conduit threads shall be covered by a plastic overlap which shall be coated and sealed per manufacturer's recommendations. Pipe wrenches and channel locks shall not be used for tightening plastic coated conduits. Damaged areas , shall be patched, using manufacturer's recommended material. The area to be patched shall be built up to the full thickness of the coating. Painted fittings are not acceptable. PVC coated conduit shall be supported away from the structure using PVC coated conduit wall hangers OJ PVC coated conduit mounting hardware. 3.07 RACEWAY SPECIFICATION SHEETS (RACESPEC) Raceway Identification: XPFS Description: Explosionproof Flexible Steel Conduit Application: Compliance: Minimum size: 0 XPFS Conduit shall be used for final connections to motors and other equipment subject to vibration or adjustment in Class 1 Division 1 hazardous areas XFSC shall be suitable for use in Class I, Division I, Groups C and D hazardous areas as specified in the NEC and shall be watertight. 112 inch ** END OF SECTJON ** RACEWAYS, BOXES, AND SUPPORTS 161 10-1 I SECTION 16120 - 600 VOLT CONDUCTORS, WIRE, AND CABLE ASTM B3 ASTM B8 ASTM B33 ICEA S-68-5 16 IEEE 383 NEMA WC7 NFPA 70 UL44 . UL 83 PART I-GENERAL Soft or Annealed Copper Wire Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or soft Tinned Soft or Annealed Copper Wire for Electrical Purposes Ethylene-Propylene-Rubber-Insulated Wire Type Test of Class IE Electric Cables, Field Splices, and Connections for Nuclear Power Generating Stations Cross-Linked-Thermosetting Insulated Wire and Cable for the Transmission and Distribution of Electric Energy National Electric Code (NEC) Rubber-Insulated Wires and Cables Thermoplastic-Insulated Wires and Cables 1.01 DESCRIPTION This section specifies conductors and cables rated 600 volts used for power, lighting, receptacle, signal, and control circuits. 1.02 REFERENCES This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or lnvitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued OJ otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued OJ replaced. - - Title I .03 SUBMITTALS The following information shall be provided: I. A copy of this specification section, with addendum updates included, and all referenced and applicable sections, with addendum updates included, with each paragraph check-marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. Check marks (J ) shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the Contractor, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph, referenced to a detailed written explanation of the reasons for requesting the deviation. The Construction Manager shall be the final authority for 600 VOLT CONDUCTORS, WIRE AND CABLE 161 20-1 determining acceptability of requested deviations. The remaining portions of the paragraph not underlined will signify compliance on the part of the Contractor with the specifications. Failure to include a copy of the marked-up specification sections, along with justification(s) for any requested deviations to the specification requirements, with the submittal shall be suficient cause for rejection of the entire submittal with no further consideration. Phase A Phase B Phase C Ground Neutral 2. Catalog cuts showing general information of the conductors and cable. Black Red Blue Green White PART 2-PRODUCTS 2.01 GENERAL A. UNSCHEDULED CONDUCTORS AND CABLES: With the exception of lighting, communication, paging, security and receptacle circuits, the type, size and number of conductors shall be as specified on the drawings or schedules. Lighting and receptacle circuit conductors are unscheduled and shall be sized by the Contractor in accordance with the NEC to limit voltage drop to 3 percent. Minimum size of lighting and receptacle circuits shall be 12 AWG. Number and types of communication, paging, and security cables shall be as required for the particular equipment provided. Lighting and receptacle circuit conductors shall be provided in accordance with CABLESPEC ""N," unless otherwise specified. B. CABLE SPECIFICATION SHEETS (CABLESPEC): General requirements for conductors and cables specified in this Section are listed on CABLESPEC sheets in paragraph I61 20-3.06. 2.02 COLOR CODING A. CONTROL CONDUCTORS: Control conductors color coding shall be manufacturer's standard. B. POWER CONDUCTORS: Single-conductor power conductors shall have the following colors for the indicated voltage: I 600Vorless Multiconductor power cable colors shall be manufacturer's standard. Cables sized No. 4 AWG and larger may be black with colored 3f4-inch vinyl plastic tape applied in 3-inch lengths around the cable at each end. The cables shall be tagged at terminations and in pull boxes, handholes and manholes. 600 VOLT CONDUCTORS, WIRE AND CABLE 16 120-2 * c. SIGNAL CONDUCTORS: Unless otherwise specified, cables shall be color coded black and white for pairs or black, white, and red for triads. 2.03 POWER AND CONTROL CONDUCTORS AND CABLE, 600 VOLT A. SINGLE CONDUCTOR: Single conductor cable shall be stranded and shall be used in conduits for power and control circuits. Single conductor cable shall be provided in accordance with CABLESPEC "XHHW," unless otherwise specified. I. POWER CABLE: Multiconductor power cable shall contain three or four conductors, as specified, plus an equipment grounding conductor. 2. CONTROL CABLE: Unless otherwise specified multiconductor control cable shall be size 14 AWG. 2.05 PORTABLE CORD Portable cord shall be provided in accordance with CABLESPEC "CORD," unless otherwise specified. Cords shall contain an equipment grounding conductor. 2.06 SPLICING AND TERMINATING MATERIALS Connectors shall be tool applied compression type of correct size and UL listed for the specific application. Connectors shall be tin-plated high conductivity copper. Connectors for wire sizes No. 10 AWG and smaller shall be nylon self-insulated, ring tongue or locking-spade terminals. Connectors for wire sizes No. 8 AWG and larger shall be one-hole lugs up to size No. 3/0 AWG, and two-hole or four-hole lugs for size No. 4/0 and larger. Mechanical clamp, dimple, screw-type connectors are not acceptable. In-line splices and taps shall be used only where specified, or by written consent of the Construction Manager. When used, they shall be of the same construction as other connectors. Splices shall be compression type, made with a compression tool die approved for the purpose, as made by Thomas and Betts Cop, or equal. Splice shall be covered with a heat-shrinkable sleeve or boot. Motor connection kits shall consist of heat-shrinkable, polymeric insulating material over the connection area and a high dielectric strength mastic to seal the ends against ingress of moisture and contamination. Motor connection kits shall accommodate a range of cable sizes for both in-line and stub-type configurations. Connection kits shall be independent of cable manufacturer's tolerances. PART 3 - EXECUTION 3.01 GENERAL Each power and control conductor shall be identified at each terminal to which it is connected. The marking system shall comply with Section 16000. Pulling wire and cable into conduit or trays shall be completed without damaging or putting undue stress on the cable insulation. Soapstone, talc or UL listed pulling compounds are acceptable lubricants for pulling wire and cable. Grease is not acceptable. Raceway construction shall be complete, cleaned, and protected from the weather before cable is placed. Whenever a cable leaves a raceway, a cable support shall be provided. 600 VOLT CONDUCTORS, WIRE AND CABLE 16120-3 3.02 3.03 When flat bus bar connections are made with unplated bar, the Contractor shall scratch-brush the contact areas. Bolts shall be torqued to the bus manufacturer's recommendations. 600 VOLT CONDUCTOR AND CABLE Conductors in panels and electrical equipment, No. 6 AWG and smaller, shall be bundled and laced at intervals not greater than 6 inches, spread into trees and connected to their respective terminals. Lacing shall be made up with plastic cable ties. Lacing is not necessary in plastic panel wiring duct. Conductors crossing hinges shall be bundled into groups not exceeding 12 and shall be so arranged that they will be protected from chafing when the hinged member is moved. Slack shall be provided in junction and pull boxes, handholes and manholes. Slack shall be sufficient to allow cables or conductors to be routed along the walls of the box. Amount of slack shall be equal to largest dimension of the box. Where plastic panel wiring duct is provided for wire runs, lacing is not required. Plastic panel wiring duct shall not be used in manholes and handholes. Stranded conductors shall be terminated as described in paragraph 16120-2.06, except where temhals will not accept such terminations. In these cases, the conductors shall be terminated directly on the terminal block. Compression lugs and connectors shall be installed using manufacturer's recommended tools. Raceway fill limitations shall be as defined by NEC and the following: Lighting and receptacle circuits may be in the same conduit in accordance with derating requirements of the NEC. However, lighting and receptacle circuits shall not be in conduits with power or control conductors. Solid wire shall not be lugged nor shall electrical spring connectors be used on any except for solid wires in lighting and receptacle circuits. Lugs and connectors shall be installed with a compression tool. All splices and terminations are subject to inspection by the Construction Manager prior to and after insulating. Terminations at 460 volt motors shall be made by bolt-connecting the lugged connectors. Connections shall be insulated and sealed with factory-engineered kits. Bolt connection area shall be kept free of mastics and fillers to facilitate rapid stripping and re-entry. In-line splices and tees, where approved, shall be made with tubular compression connectors and insulated as specified for motor terminations, except that conductors No. 10 AWG and smaller may be spliced using self- insulating connectors as specified in paragraph 16120-2.06. Splices and tees in underground handholes or pull boxes shall be insulated using Scotch-cast epoxy resin splicing kits. Terminations at solenoid valves, 120 volt motors, and other devices furnished with pigtail leads shall be made using self-insulating tubular compression connectors. Conductor and cable markers shall be provided at splice points. SIGNAL CABLE Circuits shall be run as individually shielded twisted pairs or triads. In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used wherever 3-wire circuits are required. Terminal blocks shall be provided at instrument cable junctions, and circuits shall be identified at such junctions unless otherwise specified. Signal circuits shall be run without splices between instruments, terminal boxes, or panels. Shields are not acceptable as a signal path, except for circuits operating at radio frequencies and utilizing coaxial cables. Common ground return conductors for two or more circuits are not acceptable. 600 VOLT CONDUCTORS, WIRE AND CABLE 16120-4 ’ Unless otherwjse specified, shields shall be bonded to the signal ground bus at the control panel and isolated from ground and other shields at other locations. Terminals shall be provided for running signal leads and shield drain wires through junction boxes. Spare circuits and the shield drain wire shall be termhated on terminal blocks at both ends of the cable run and be electrically continuous through terminal boxes. Shield drain wires for spare circuits shall not be grounded at either end of the cable run. Temhal boxes shall be provided at instrument cable splices. If cable is buried or in raceway below grade at splice, an instrument stand shall be provided as specified with terminal box mounted approximately 3 feet above grade. Cable for paging, telephone, and security systems shall be installed and terminated in compliance with the manufacturer’s recommendations. 3.04 PORTABLE CORD Portable cord feeding permanent equipment, such as pendant cords, pumps, cranes, hoists, and portable items shall have a wire mesh cord grip of flexible stainless steel wire to take the tension from the cable termination. Connection of portable cords to permanent wiring shall be accomplished with the use of terminals. in-line taps and splices shall be used only where specified. 3.05 TESTING A. GENERAL: The Contractor shall test conductors and cable in accordance with paragraph 16000-3.02 B. B. SIGNAL CABLE: Each signal pair or triad shall be tested for electrical continuity. Any pair or triad exhibiting a loop resistance of less than or equal to 50 ohms shall be deemed satisfactory without hrther test. For pairs with greater than 50 ohm loop resistance, the Contractor shall calculate the expected loop resistance considering loop length and intrinsic safety bamers if present. Loop resistance shall not exceed the calculated value by more than 5 percent. Each shield drain conductor shall be tested for continuity. Shield drain conductor resistance shall not exceed the loop resistance of the pair or triad. Each conductor (signal and shield drain) shall be tested for insulation resistance with all other conductors in the cable grounded. Instruments used for continuity measurements shall have a resolution of 0.1 ohms and an accuracy of better than 0.1 percent of reading plus 0.3 ohms. A 500 volt megohmmeter shall be used for insulation resistance measurements. 3.06 CABLE SPEClFlCATION SHEETS (CABLESPEC) A. GENERAL Conductor and cable types for different locations, service conditions and raceway systems are specified on individual cable specification sheets (CABLESPECS). Scheduled and unscheduled conductors and cables shall be installed in accordance with the CABLESPECS. 600 VOLT CONDUCTORS. WIRE AND CABLE 16 120-5 B. CABLESPEC SHEETS The following CABLESPEC sheets are included in this section: - CABLESPEC symbol XHHW SIC Type Single conductor Cross- linked polyethylene Single twisted, shielded pair or triad 3.06 B. CABLE SPECIFICATION SHEET--CABLESPEC Cable System Identification: XHHW Description: Voltage: Conductor Material: Insulation: Jacket: Flame Resistance: Manufacturer(s): Execution: Installation: Testing: Application Power and Control Conductors Instrumentation Cables Single conductor Cross-linked polyethylene power and control cable 600 volts Bare annealed copper; stranded in accordance with ASTM B8 XHHW, 90 degree C dry, 75 degree C wet, cross-linked polyethylene in accordance with ICEA S-66-524 None N/A Okonite, X-Olene; Cablec, Durasheath XLP; or equal Install in accordance with paragraph 161 20-3.02. Test in accordance with paragraph 161 20-3.03. 3.06 B. CABLE SPECIFICATION SHEET-CABLESPEC Cable System Identification: SIC Description: Single twisted, shielded pair or triad, 16 AWG, instrumentation cable, UL listed Voltage: 600 volts Conductor Material: Bare annealed copper; stranded in accordance with ASTM B8 600 VOLT CONDUCTORS, WIRE AND CABLE 16120-6 Insulation: 0 Lay: Shield: Jacket: Flame Resistance: Manufacturer(s): Execution: Installation: Testing: I5 mil, 90 degree Cy polyvinylchloride (PVC) with 4 mil nylon conduit or jacket Twisted on a 2-inch lay 100 percent, 1.35 mil aluminum-Mylar tape with 18 AWG 7-strand tinned copper drain Wire 45 mil polyvinylchloride (PVC) UL 1277 Okonite, Okoseal-N type P-OS; or equal Install in accordance with paragraph 16120-3.03. Test in accordance with paragraph 161 20-3.05. ** END OF SECTION ** 600 VOLT CONDUCTORS, WIRE AND CABLE 16 120-7