CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT

Transcription

CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT
MARIN COUNTY, CALIFORNIA
CONTRACT DOCUMENTS FOR
CIVIC CENTER NORTH PUMP STATION
AND
JOHN DUCKETT PUMP STATION
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO. 10300-11/-09
NOVEMBER 2011
____________________
DISTRICT BOARD
Judy Schriebman – President
Russell Greenfield – Vice President
Megan Clark
Lawrence Loder
Craig K. Murray
Mark R. Williams – General Manager
Michael P. Cortez, PE – District Engineer
Janice Mandler – Collection System/Safety Manager
Susan McGuire, CPA– Administrative Services Manager
Mark Von Aspern – Plant Manager
________________________
Copy No. __________
MARIN COUNTY, CALIFORNIA
CONTRACT DOCUMENTS FOR
CIVIC CENTER NORTH PUMP STATION
AND
JOHN DUCKETT PUMP STATION
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO. 10300-11/-09
NOVEMBER 2011
____________________
DISTRICT BOARD
Judy Schriebman – President
Russell Greenfield – Vice President
Megan Clark
Lawrence Loder
Craig K. Murray
Mark R. Williams – General Manager
Michael P. Cortez, PE – District Engineer
Janice Mandler – Collection System/Safety Manager
Susan McGuire, CPA– Administrative Services Manager
Mark Von Aspern – Plant Manager
________________________
Copy No. __________
TABLE OF CONTENTS
VOLUME 1 – CONTRACT REQUIREMENTS
NOTICE INVITING SEALED BIDS ...................................................................................................... 1-1
INSTRUCTIONS TO BIDDERS........................................................................................................... 1-5
CONTRACT CHECK LIST ................................................................................................................ 1-15
AGREEMENT .................................................................................................................................... 1-17
GENERAL CONDITIONS .................................................................................................................. 1-23
PERFORMANCE BOND ................................................................................................................... 1-68
PAYMENT/LABOR AND MATERIALS BOND .................................................................................. 1-70
MAINTENANCE BOND ..................................................................................................................... 1-71
ESCROW AGREEMENT FOR
SECURITY DEPOSITS IN LIEU OF RETENTION............................................................................ 1-74
VOLUME 2 - BID FORMS
BIDDER’S CHECK LIST ...................................................................................................................... 2-1
BID LABEL........................................................................................................................................... 2-3
PROPOSAL COVER PAGE AND BID SCHEDULE............................................................................ 2-5
BID SCHEDULE .................................................................................................................................. 2-6
BID BOND ........................................................................................................................................... 2-9
CONTRACTOR LICENSE INFORMATION ...................................................................................... 2-13
LIST OF PROPOSED SUBCONTRACTORS ................................................................................... 2-14
WORKERS COMPENSATION INSURANCE CERTIFICATION ....................................................... 2-16
NON-COLLUSION AFFIDAVIT ......................................................................................................... 2-17
DRUG-FREE WORKPLACE CERTIFICATION ................................................................................ 2-20
DEBARMENT CERTIFICATION ....................................................................................................... 2-21
STATEMENT OF EXPERIENCE OF BIDDER .................................................................................. 2-23
FINANCIAL QUALIFICATIONS
BIDDER’S REFERENCES AND CREDIT REPORT ......................................................................... 2-31
FINANCIAL STATEMENT FORM ..................................................................................................... 2-32
SITE VISIT AFFIDAVIT TO BE EXECUTED
BY BIDDER, NOTARIZED AND SUBMITTED WITH BID................................................................. 2-35
BIDDERS SIGNATURE PAGE.......................................................................................................... 2-37
APPENDIX A: ..................................................................... DISTRICT SAFE WORK REQUIREMENTS
APPENDIX B: ........................................................................ CONFINED SPACE ENTRY PROGRAM
APPENDIX C: ...........................................................................INSURANCE ENDORSEMENT FORMS
VOLUME 3 – TECHNICAL SPECIFICATIONS
SECTION 01010 - PROJECT SCOPE AND TIME OF COMPLETION
1.01
1.02
1.03
1.04
GENERAL ....................................................................................................................1
DESCRIPTION OF WORK ...........................................................................................1
TIME LIMITS ................................................................................................................3
CONTRACTOR’S WORK SCHEDULE .........................................................................3
SECTION 01030 – SPECIAL CONDITIONS
1.01
1.02
1.03
1.04
1.05
GENERAL ....................................................................................................................1
PERMITS TO BE OBTAINED BY THE CONTRACTOR ................................................1
CONTRACTOR’S OPERATIONS .................................................................................1
DISPOSAL OF EXCAVATED MATERIAL .....................................................................2
CONTRACTOR STORAGE YARD................................................................................2
SECTION 01600 – MATERIALS AND EQUIPMENT
SECTION 02050 – DEMOLITION
SECTION 02200 – EXCAVATION AND BACKFILL
SECTION 02500 – SURFACE RESTORATION
SECTION 03310 – CAST-IN-PLACE CONCRETE
SECTION 04820 – REINFORCED UNIT MASONRY ASSEMBLIES
SECTION 08100 – DOORS AND HARDWARE
SECTION 15050 – PIPEWORK
SECTION 15800 – LOUVERS AND VENTILATION EQUIPMENT
SECTION 16010 – BASIC ELECTRICAL REQUIREMENTS
SECTION 16050 – ELECTRICAL WORK
SECTION 16052 – STANDBY GENERATORS
SECTION 16640 – CORROSION PROTECTION/CORROSION MONITORING
Appendix A – ENGINE GENERATOR LOADING SCHEDULE
Appendix B – BAY AREA AIR QUALITY MANAGEMENT DISTRICT
Authority To Construct
VOLUME 4 – DRAWINGS (BOUND SEPARATELY)
VOLUME 1
CONTRACT REQUIREMENTS
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
NOTICE INVITING SEALED BIDS
1. The Las Gallinas Valley Sanitary District hereby invites bids for the CIVIC CENTER NORTH
PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR
REPLACEMENT PROJECT, JOB NO. 10300-11/-09 in accordance with California Public
Contract Code Section 20804 and other applicable law, and the following:
2. All bids must be delivered to the Las Gallinas Valley Sanitary District, 300 Smith Ranch
Road, San Rafael, California 94903 on or before 11:00 AM, Pacific Standard Time, on
January 5, 2012. Bids will be opened and read publicly at that time. Bids must be made on
the bid forms included in the bid package. Bids that are submitted late according to the
official time kept by the District Engineer or a designee will be returned unopened. Bids
submitted by facsimile or other electronic means will not be accepted. Bids that are
incomplete or that otherwise do not conform to the requirements specified in the bid
package may be deemed non-responsive.
3. Non-mandatory pre-bid meeting for the Project is scheduled on December 15, 2011.
4. The project Contractor shall furnish all tools, equipment, apparatus, facilities, labor and
material necessary to perform and complete in a good and workmanlike manner the
construction of the CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP
STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09 as
shown in the project Technical Specifications and plans and in accordance with the Contract
Documents within one hundred fifty (150) working days of the project commencement date
specified in the Notice to Proceed for the project.
5. All the project work shall be completed in accordance with the bid packages on file at the
District. Complete bid packages may be obtained at the District Offices, 300 Smith Ranch
Road, San Rafael, CA 94903. There will be a fifty dollar ($50) non-refundable charge for
each bid package. Checks and money orders must be made payable to the Las Gallinas
Valley Sanitary District. Requests for information on receiving bid packages should be
directed to the District Offices at (415) 472-1734. Bid packages will be mailed upon request
and receipt of the non-refundable charge and the bidder’s UPS or FedEx account number.
6. In accordance with California Public Contract Code Section 20804.5, all bids must be
presented under sealed cover and include one of the following forms of bidder’s security:
cash, cashier’s check made payable to the District, certified check made payable to the
District, or a bidder’s bond. The amount of bidder’s security provided must equal at least ten
(10) percent of the total of the bid price for the base bid and the additive or deductive items
listed in this notice. The successful bidder must submit to the District complete, executed
copies of all documents specified in the contract checklist included in the bid package within
fifteen (15) calendar days of receiving written Notice of Award of the project. Bidder’s
security of any successful bidder that fails to do so will be forfeited to the District. The
documents required pursuant to the contract checklist include, but are not limited to, a
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-1
NOTICE INVITING SEALED BIDS
JOB NO.10300-11/-09
payment or labor and materials bond in an amount of at least 100 percent of the amount
payable by the terms of the project contract and that satisfies the requirements of California
Civil Code Section 3248, and a performance bond in an amount of at least 100 percent of
the amount payable by the terms of the contract. All project bonds must be executed by an
admitted surety insurer in accordance with applicable law and acceptable to the District.
The Engineer’s estimate is $435,000.
7. Pursuant to California Public Contract Code Section 3300, a Class A California contractor’s
license is required to bid on the project. In accordance with California Business and
Professions Code Section 7028.15, all project work must be performed by properly licensed
contractors and subcontractors with active licenses in good standing as of the date and time
specified for bid opening. However, in accordance with California Public Contract Code Section
20103.5, if the project involves federal funds, project contractors and subcontractors must have
active licenses in good standing no later than the time the project contract is awarded. Bids that
do not satisfy applicable licensing requirements will be considered non-responsive. Licenses
must be issued by the Contractor’s State License Board of California and must be maintained in
good standing throughout the project term. In accordance with California Business and
Professions Code Section 7030.5, bidders must verify their Contractor’s License number and
license expiration date on the bid forms under penalty of perjury.
8. In accordance with California Public Contract Code Section 6109, contractors and
subcontractors who are ineligible to perform work on public works projects pursuant to
California Labor Code Sections 1777.1 or 1777.7 may neither bid on, be awarded or perform
work as a subcontractor on the project.
9. In accordance with California Labor Code Section 1771, not less than the general prevailing
rate of per diem wages for work of a similar character in the locality in which the project is to
be performed, and not less than the general prevailing rate of per diem wages for holiday
and overtime work fixed as provided in the California Labor Code shall be paid to all workers
engaged in performing the project. In accordance with California Labor Code Section 1770
and following, the Director of Industrial Relations has determined the general prevailing
wage per diem rates for work in the locality in which the project is to be performed. In
accordance with California Labor Code Section 1773, the District has obtained the general
prevailing rate of per diem wages and the general rate for holiday and overtime work in the
locality in which the project is to be performed for each craft, classification or type of worker
needed to perform the project. In accordance with California Labor Code Section 1773.2,
copies of the prevailing rate of per diem wages are on file at the District Engineer’s Office
and will be made available on request. A copy of said wage rates is available online at
www.dir.ca.gov/DLSR/PWD. In accordance with California Labor Code Section 1777.1,
contractors and subcontractors that are found guilty of willfully violating Chapter 1 of Part 7
of Division 2 of the Labor Code (except for Section 1777.5), or that are found guilty of such
violations with intent to defraud, and entities in which such contractors or subcontractors
have any interest, may be ineligible to bid on, be awarded, or perform project work as a
subcontractor.
10. In accordance with California Public Contract Code Section 3400, bidders may propose
equals of products listed in the Technical Specifications or Drawings by manufacturer name,
brand or model number, unless the Technical Specifications or plans specify that the
product is necessary to match others in use. Complete information for products proposed
as equals must be submitted to the District Engineer’s Office for review at least seven (7)
CIVIC CENTER NORTH AND JOHN DUCKETT PS
NOTICE INVITING SEALED BIDS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-2
working days before the time specified for bid opening in accordance with the bidders
instructions contained in the bid package.
11. In accordance with California Public Contract Code Section 22300, except where prohibited
by federal regulations or policies, the successful bidder may, on request and at its expense,
substitute securities in lieu of amounts withheld by the District from progress payments to
ensure performance under the contract in accordance with the Contract Documents. Such
securities will be subject to the terms of the escrow for security deposit agreement contained
in the Contract Documents.
12. The District reserves the right to reject any and all bids and/or to waive any bid irregularities
to the extent permitted by law. If the District elects to award a contract for performance of
the project, the contract will be awarded in accordance with California Public Contract Code
Section 20803 and other applicable law to the responsible bidder submitting a responsive
bid with the lowest total bid price for the base bid and the following additive or deductive
alternate items as further described in the bid package.
13. Questions regarding the bid package should be directed in writing as soon as possible but
no later than five (5) working days prior to the opening of bids to: Michael P. Cortez PE,
District Engineer, Phone: 415-472-1734. Where appropriate, the District may respond to
such questions by addenda transmitted to all bid package recipients.
14. All bids will remain valid for ninety (90) calendar days after the bid opening. Except as
permitted by law and subject to all applicable remedies, including forfeiture of bidder’s security,
bidders may not withdraw their bid during the ninety (90) day period after the bid opening.
Las Gallinas Valley Sanitary District
By:
/s/ Mark R. Williams________
Mark R. Williams, General Manager
Date: November 10, 2011
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-3
NOTICE INVITING SEALED BIDS
JOB NO.10300-11/-09
THIS PAGE INTENTIONALLY BLANK
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-4
NOTICE INVITING SEALED BIDS
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
INSTRUCTIONS TO BIDDERS
1. DEFINITIONS
1.1 Bid forms. The bid forms are the forms contained in Volume 2 of the bid package.
1.2 Bid package. A complete bid package consists of the following documents: Volume 1
– Contract Forms includes the Cover letter to Prospective Bidders, Notice Inviting
Sealed Bids, Instructions to Bidders, Contract Check List, Contract, Performance Bond,
Payment/Labor Bond, Maintenance Bond, and Escrow for Security Deposit Agreement.
Volume 2 – Bid Forms, includes the Bidder’s Check List, Bid Label, Proposal Cover
Page and Bid Schedule, Bid Bond, Contractor License Information, List of Proposed
Subcontractors, Workers Compensation Insurance Certification, Non-Collusion
Affidavit, Drug-Free Workplace Certification, Debarment Certification, Statement of
Experience of Bidder, Financial Qualifications, Site Visit Affidavit, and Bidder’s
Signature Page. Volume 3 – Technical Specifications, and Supplemental Reports or
Data (if any). Volume 4 – Drawings.
1.3 Contract Documents. The Contract Documents refer to all of the documents
incorporated into the final Project contract as listed in the contract.
1.4 Project. The Project is the CIVIC CENTER NORTH PUMP STATION AND JOHN
DUCKETT PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT,
JOB NO. 10300-11/-09 as described in the Technical Specifications and Drawings
included in the project bid package.
1.5 Drawings. The Drawings are primarily graphic detailed requirements concerning the
Project and are contained in Volume 4 of the bid package.
1.6 Technical Specifications. The Technical Specifications provide detailed requirements
concerning the Project and are contained in Volume 3 of the bid package.
2. BIDDER'S REPRESENTATIONS
Each bidder by submitting a bid represents that:
2.1 The bidder has read and understands the bid package and the bid is in accordance
with all of the requirements of the bid package and applicable law.
2.2 Neither the bidder nor any subcontractor included on the list of proposed
subcontractors submitted with the bid, are ineligible to perform work on public works
projects pursuant to California Labor Code Sections 1777.1 or 1777.7.
2.3 The bidder understands that quantities of unit price items may vary from the estimates
provided in the Technical Specifications.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-5
INSTRUCTIONS TO BIDDERS
JOB NO. 10300-11/-09
2.4 Representatives of the bidder have visited the Project site and have familiarized
themselves with the conditions under which the Project work is to be performed so as
to ensure that the Project work may be performed for the amount bid.
2.5 The bidder has informed the District in writing no later than five (5) working days prior
to the time specified for bid opening of any apparent conflicts, errors, or ambiguities
contained in the bid package or between the contents of the bid package and the
Project site.
3. PRE-BID COMMUNICATION AND INTERPRETATION OF THE BID PACKAGE
3.1 Any bidder that discovers any apparent conflicts, errors, or ambiguities contained in the
bid package or between the contents of the bid package and the Project site, or that
has questions or requires clarification concerning the bid package or its intent must
inform the District in writing as soon as reasonably possible, but no later than five (5)
working days before the date specified for bid opening. Such notice to the District must
be sent to the address specified in the Notice Inviting Sealed Bids for questions
concerning the bid package. Questions received less than five (5) working days before
the time specified for opening bids may not be answered.
3.2 Any interpretation, correction or change of the bid package prior to bid opening will be
made by addendum signed by an authorized representative of the District and
transmitted to all bid package recipients. No other interpretation or information
concerning the bid package issued prior to the date specified for opening bids will be
binding. All addenda signed by an authorized representative of the District and issued
prior to the time and date specified for opening bids will form a part of the Contract
Documents and must be acknowledged on the bid forms. Any changes, exceptions or
conditions concerning the Project and/or the bid package submitted by any bidder as
part of a bid may render that bid non-responsive.
4. PRE-BID ACCESS TO THE PROJECT SITE
4.1 Prior to submitting a bid, it will be the sole responsibility of each bidder to conduct any
additional examination, investigation, exploration, test, study or other inquiry and to
obtain any additional information pertaining to the physical conditions (including
surface, subsurface, and underground utilities) at or near the Project site that may
affect the cost, progress, or performance of the Project, and that the bidder deems are
necessary to prepare its bid for performance of the Project in accordance with the bid
package and Contract Documents. Bidders seeking any such additional examination
or other inquiries or information concerning the Project will do so at the bidder’s sole
expense.
4.2 Bidders seeking to conduct any additional examination or other inquiry at the Project
site must request site access from the District at least two (2) working days in advance.
The location of any excavation, boring or other invasive testing will be subject to
approval on behalf of the District and any other agencies with jurisdiction over such
testing. Bidders may not conduct tests at the Project site prior to obtaining District
approval. The District may require bidders to execute an access agreement prior to
approving testing at the Project site. Once approved testing is complete, Bidders must
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-6
INSTRUCTIONS TO BIDDERS
JOB NO. 10300-11/-09
fill all trenches or holes, restore all pavements to match existing structural section, and
otherwise clean up and restore the test site to its pre-test condition.
5. BIDDING PROCEDURE
5.1 Bids must be delivered to the Las Gallinas Valley Sanitary District, 300 Smith Ranch
Road, San Rafael, California, no later than the time and date specified in the Notice
Inviting Sealed Bids. Bids will be opened and read publicly at that time. Bids that are
submitted late according to the official time kept by the District Engineer or a designee
will be returned unopened. Telephones for use by bidders are not available at the
District offices.
5.2 In accordance with California Public Contract Code Section 20804.5, bids must be
presented under sealed cover. A completed bid label form furnished with the bid forms
must be affixed to and visible on the outside of the sealed bid cover at the time the bid
is submitted. Bids must be submitted using the bid forms furnished with the bid
package. Bids must include all documents listed in the Bidder’s Check List contained
in Volume 2 completed in accordance with the bid package. Bids must bear the
bidder’s legal name and be signed by a representative authorized to bind the bidder.
Bids must be typed or written in ink. Corrections may be made if initialed by the
individual signing the bid. No oral or telegraphic modifications of bids, including
facsimile modifications, will be considered. Bids that are incomplete or that are not
presented on the bid forms furnished with the bid package may be deemed nonresponsive.
5.3 Each bid must give the full business address of the bidder. Bids of partnerships must
furnish the full name of all partners and must be signed in the partnership name by one
of the members of the partnership, or by an authorized representative, followed by the
printed name and title of the person signing. Bids of corporations must be signed with
the legal name of the corporation, followed by the name of the state of incorporation
and by the signature and designation of the president, secretary or other person
authorized to bind the corporation. The name of each person signing shall also be
typed or printed below the signature. Upon request of the District, bidders will furnish
satisfactory evidence of the authority of the person signing the bid. Bids of joint
ventures must include a certified copy of the legal agreement constituting the joint
venture.
5.4 No person, firm, corporation, partnership or legal joint venture may submit more than
one bid for the Project. However, a person, firm, corporation, partnership or legal joint
venture that has submitted a subcontract proposal to a bidder, or that has quoted
prices on materials to a bidder may submit a subcontract proposal, quote prices to
other bidders and submit its own bid.
5.5 In accordance with California Public Contract Code Section 20804.5, all bids must
include one of the forms of bidder’s security specified in the Notice Inviting Sealed Bids
in an amount of at least ten (10) per cent of the total of the bid prices for the base bid
and those additive or deductive items specifically identified in the Notice Inviting Sealed
Bids for the purpose of determining the lowest price bid. Bidders that elect to provide
bidder’s security in the form of a bid bond must execute a bid bond using the form
provided in the bid forms. The bidder’s security is tendered as a guarantee that the
CIVIC CENTER NORTH AND JOHN DUCKETT PS
INSTRUCTIONS TO BIDDERS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO. 10300-11/-09
1-7
successful bidder, if awarded the Project contract, will execute and submit to the
District all required bonds, certificates of insurance, completed contract forms and
other documents listed in the Contract Check List in Volume 1 of the bid package and
enter into a contract with the District within fifteen (15) calendar days of receipt of the
Notice of Award. The bidder’s security of any successful bidder that fails to do so will
be forfeited to the District. All bidders’ security not forfeited to the District will be
returned once a successful bidder provides all required documents and enters a
contract with the District in accordance with all applicable bid package requirements.
Forfeiture of the bidder’s security to the District will not waive or otherwise limit any
other remedy available to the District under applicable law.
5.6 In accordance with California Business and Professions Code Section 7028.15, Public
Contract Code Section 20103.5, and as specified in the Notice Inviting Sealed Bids, all
Project work must be performed by properly licensed contractors and subcontractors
with active licenses in good standing as of the date and time specified for bid opening,
or, if the project involves federal funds, no later than the time the Project contract is
awarded. Bidders must verify their Contractor’s License number and license expiration
date on the proposal cover page under penalty of perjury. Bids that do not satisfy
applicable licensing requirements will be considered non-responsive and rejected and
may subject the bidder to criminal and/or civil penalties.
5.7 If the bid forms include a bidder’s questionnaire, all bids must include a completed
bidder’s questionnaire on the forms provided. By submitting a bid, bidders authorize
District representatives to verify any and all information provided on the bidder’s
questionnaire and agree to indemnify, defend and hold harmless the District and its
officials, officers, employees, agents and volunteers to full the extent permitted by law
from and against any claims, liability or causes of action, including, without limitation,
legal fees and costs, arising out of verification of the information provided on the
bidder’s questionnaire, and/or arising out of use of information provided in the bidder’s
questionnaire to determine, in accordance with applicable law, the qualification of the
bidder for performing the Project.
5.8 Bids may be withdrawn prior to the time set for bid opening by a written request signed
by an authorized representative of the bidder filed with the District Engineer. The bid
security submitted with bids so withdrawn will be returned to the bidder. Bidders that
have withdrawn their bid in accordance with this provision may submit a new bid prior
to the time set for bid opening in accordance with all applicable bid package
requirements. Bids may not be withdrawn during the ninety (90) day period after the
time set for bid opening except as permitted by law pursuant to California Public
Contract Code Section 5100 and following. Any other bid withdrawal will result in
forfeiture of the bidder’s bid security to the District.
6. BID PROTESTS
Any protest of the proposed award of Bid to the bidder deemed the lowest responsible
bidder must be submitted in writing to the District, no later than 3:00 PM on the third (3rd)
business day following the date of the Bid opening.
6.1 The initial protest must contain a complete statement of the basis for the protest.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-8
INSTRUCTIONS TO BIDDERS
JOB NO. 10300-11/-09
6.2 The protest must state the facts and refer to the specific portion of the document or the
specific statute that forms the basis for the protest. The protest must include the name,
address, and telephone number of the person representing the protesting party.
6.3 The party filing the protest must concurrently transmit a copy of the initial protest to the
bidder deemed the lowest responsible bidder.
6.4 The party filing the protest must have actually submitted a Bid on the Project. A
subcontractor of a party filing a Bid on this Project may not submit a Bid Protest. A
party may not rely on the Bid Protest submitted by another Bidder, but must timely
pursue its own protest.
6.5 The procedure and time limits set forth in this Section are mandatory and are the
Bidder’s sole and exclusive remedy in the event of a Bid Protest. The Bidder’s failure
to fully comply with these procedures shall constitute a waiver of any right to further
pursue the Bid Protest, including filing of a challenge of the award pursuant to the
California Public Contracts Code, filing of a claim pursuant to the California
Government Code, or filing of any other legal proceedings.
6.6 The District shall review all timely protests prior to formal award of the Bid. The District
shall not be required to hold an administrative hearing to consider timely protest, but
may do so at the option of the General Manager. At the time of the District Board’s
consideration of the award of the bid, the District Board shall also consider the merits
of any timely protests. The District Board may either accept the protest and award the
bid to the next lowest responsible bidder or reject the protest and award to the lowest
responsible bidder. Nothing in this section shall be construed as a waiver of the
District Board’s right to reject all bids.
6.7 The District reserves the right to waive any bid irregularities not affecting the amount of
the bid, except where such waiver would give the low bidder an advantage or benefit
not allowed other bidders.
7. AWARD
7.1 In accordance with applicable law, the District reserves the right to reject any or all bids
and to waive any informality in any bid. The District reserves the right to accept any
portion of any bid, unless the bid package expressly provides that the award will be
made as a whole. If the District elects to award a contract for performance of the
Project, the contract will be awarded in accordance with California Public Contract
Code Section 20803 and other applicable law to the responsible bidder submitting a
responsive bid with the lowest total bid price for the base bid and the additive or
deductive alternate items listed in the Notice Inviting Sealed Bids. In accordance with
the Contract Documents and other applicable law, the District may add or deduct items
of work from the Project after the lowest responsible bidder is determined.
7.2 The successful bidder must submit to the District complete, executed copies of all
documents specified in the contract checklist included in Volume 1 of the bid package
within fifteen (15) calendar days of receiving written Notice of Award of the Project.
Bidder’s security of any successful bidder that fails to do so will be forfeited to the
District.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
INSTRUCTIONS TO BIDDERS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO. 10300-11/-09
1-9
7.3 The successful bidder and any subcontractors and others engaged in performance of
the Project must have valid local business license(s), as applicable, before
commencing work on the Project.
7.4 Upon verifying that the successful bidder has provided complete, executed copies of all
documents specified in the contract checklist included in Volume 1 of the bid package,
an authorized District representative will execute the Project contract, and the District
will issue to the successful bidder a Notice to Proceed specifying the Project
commencement date. The number of working days within which the Project must be
complete begins to run on the Project commencement date.
8. PRICING
8.1 If an inconsistency exists between the amount listed for a unit price in a bid and the
total listed for that bid item (e.g., if the total listed for a bid item does not equal the unit
price listed in the bid multiplied by the quantity listed), subject to applicable law, the unit
price will be deemed to accurately reflect the bidder’s intent concerning the bid item
and the intended total for the bid item will be deemed to be the unit price as listed in
the bid multiplied by the quantity listed.
8.2 If the Project bid price is a lump sum total made up of smaller individual bid item prices
and an inconsistency exists between the lump sum total bid price and any individual
bid item price, subject to applicable law, the individual bid item prices as listed in the
bid will be deemed to accurately reflect the bidder’s intended bid for the Project and the
intended lump sum total bid for the Project will be deemed to be the sum of the
individual bid item prices as listed in the bid, even if that sum is different from the
amount actually listed as the lump sum total bid for the Project.
8.3 Any federal, state, or local tax payable on articles to be furnished for the Project shall
be included in the lump sum total bid price and paid by the Contractor under the
contract.
9. QUANTITIES
9.1 Quantities, including but not limited to, material or labor quantities, that are provided in
the bid package concerning the Project are estimates only and are provided solely as a
general indication of the Project scope. The District does not warrant that such
quantity estimates provided in the bid package represent the actual quantities required
to perform the Project in accordance with the Contract Documents. Such quantity
estimates do not bind the District, and bidders should not rely on them in preparing
their bids. Each bidder is solely responsible for determining the quantities on which to
base their bids in light of information contained in the bid package, bidder investigation
and analysis of the Project and the Project site, and any other analysis or expertise of
the bidder concerning the Project.
9.2 The District may amend, decrease or increase the Project work in accordance with the
bidding package and the Contract Documents. If the District amends, decreases or
increases the Project work prior to award of the Project each bidder will be solely
responsible for determining the revised quantities, if any, on which to base their bid in
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-10
INSTRUCTIONS TO BIDDERS
JOB NO. 10300-11/-09
light of information contained in the bid package and any amendments or addenda to
the bid package, bidder investigation and analysis of the Project as amended,
decreased or increased, the Project site, and any other analysis or expertise of the
bidder concerning the Project.
10. SUBSTITUTION OF “OR EQUAL” ITEMS
10.1 In accordance with California Public Contract Code Section 3400, where the Drawings
list products by manufacturer's name, brand or model number such information
indicates the quality and utility of the items desired and does not restrict bidders to that
manufacturer's name, brand or model number, unless the Technical Specifications or
Drawings specify that the listed product is necessary to match others in use on a
particular public improvement either completed or in the course of completion. Except
where the Specifications indicate that a particular brand product is necessary to match
others in use, when a manufacturer’s name, brand or model number is listed, it shall be
construed to be followed by the words "or equal" whether or not those words in fact
follow the manufacturer’s name, brand name or model number listed in the Technical
Specifications or Drawings. Unless the Technical Specifications or Drawings indicate
that a particular brand product is necessary to match others in use, bidders may
propose equals of products listed by manufacturer name, brand name or model
number.
10.2 Complete information for products proposed as equals must be submitted to the
District Engineer for review at least seven (7) calendar days before the time specified
for opening bids. To be considered, proposals concerning products proposed as
equals must include sufficient information to permit the District to determine whether
the products proposed as equals will satisfy the same performance requirements as
products listed by manufacturer’s name, brand or model number. Such performance
requirements may include, but are not limited to, size, strength, function, appearance,
ease of maintenance and repair, and useful life requirements. Proposals concerning
products proposed as equals that are submitted less than seven (7) calendar days
before the time specified for opening bids will not be considered. Failure to bid
products specified by manufacturer name, brand name or model number where the
Technical Specifications or Drawings specify that a particular product is necessary to
match others in use, or where no proposal concerning products proposed as equals
has been submitted in accordance with this provision may render a bid non-responsive.
11. SUBCONTRACTING
11.1 Bids must be in accordance with the requirements of the Subletting and Subcontracting
Fair Practices, Act, California Public Contract Code Section 4100 and following. Bids
must include a completed list of proposed subcontractors on the form included in the
bid package. In accordance with California Public Contract Code Section 4104,
completed lists of proposed subcontractors must include the name, business location,
the portion (type or trade), and dollar amount of the Project work to be subcontracted
for each subcontractor that will perform a portion of the Project work (including special
fabrication and installation of a portion of the work) valued in excess of one half (½) of
one (1) percent of the total Project bid price. If the Project work includes construction
of streets or highways, the completed list of proposed subcontractors must include the
subcontractor name, business location, type of work and dollar amount to be
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-11
INSTRUCTIONS TO BIDDERS
JOB NO. 10300-11/-09
subcontracted for each subcontractor that will perform a portion of the Project work
(including special fabrication and installation of a portion of the work) valued in excess
of one half (½) of one (1) percent of the total Project bid price, or ten thousand dollars
($10,000), whichever is greater. Bids that fail to include complete lists of proposed
subcontractors in accordance with Public Contract Code Section 4100 and following
and this provision may be deemed non-responsive.
11.2 In accordance with California Public Contract Code Section 4106, for any portion of the
Project work with a value of more than one half (½) of one (1) percent of the total
Project bid price for which no subcontractor is listed, or for which more than one
subcontractor is listed, bidders certify by submitting their bids that they are qualified to
perform that portion of the Project work and that they will perform that portion of the
Project work with their own forces. Bidders may not substitute another subcontractor
for a subcontractor listed in their bid except as permitted by the District in accordance
with Section 4107 and following of the California Public Contract Code.
12. ASSIGNMENT
Bidders may not assign, sublet, sell, transfer, or otherwise dispose of their bid or any right,
title or interest in their bid, or their obligations under their bid, without the written consent of
an authorized representative of the District. Any purported assignment, subletting, sale,
transfer or other disposition of a bid or any interest in a bid, or of any obligations under a bid
without such written consent will be void and of no effect.
13. BONDS
The successful bidder must submit to the District a performance bond within fifteen (15)
calendar days of receiving written Notice of Award. If the Project involves expenditures in
excess of twenty five thousand dollars ($25,000), the successful bidder must submit to the
District a payment or labor and materials bond within fifteen (15) calendar days of receiving
written Notice of Award. Prior to issuance of the final Project payment, the successful bidder
must submit a warranty or maintenance bond. All bonds must be executed by corporate
sureties who are admitted surety insurers in the State of California in accordance with
applicable law and acceptable to the District. Individual sureties will not be accepted. All
project bonds must be executed using the forms provided in the bid package.
13.1 In accordance with California Civil Code Section 3247, the payment or labor and
materials bond must be in the amount of one hundred percent (100%) of the total
amount payable by the terms of the Project contract and guarantee payment to
persons listed in California Civil Code Section 3181 for work performed and for charges
for materials, supplies, and equipment provided under the Project contract (including
amounts due under or subject to the Unemployment Insurance Code) in accordance
with the requirements of California Civil Code Section 3248.
13.2 The performance bond must be in the amount of one hundred (100) percent of the
amount payable by the terms of the Project contract to guarantee the faithful
performance of the Project work.
13.3 The warranty or maintenance bond must be in the amount of ten (10) percent of the
final Project contract amount and guaranty the Project work against defects in
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-12
INSTRUCTIONS TO BIDDERS
JOB NO. 10300-11/-09
materials, equipment, workmanship, or needed repair for three (3) years from the
District’s acceptance of the Project work.
14. LABOR LAWS
14.1 Bidders shall comply with applicable provisions of Chapter 1 of Part 7 of the California
Labor Code, beginning with Section 1720.
14.2 In accordance with California Labor Code Section 1861, bids must include a workers’
compensation insurance certification on the form included in the bid package.
14.3 In accordance with California Labor Code Section 1771, not less than the general
prevailing rate of per diem wages for work of a similar character in the locality in which
the project is to be performed, and not less than the general prevailing rate of per diem
wages for holiday and overtime work fixed as provided in the California Labor Code
shall be paid to all workers engaged in performing the project.
14.4 In accordance with California Labor Code Section 1770 and following, the Director of
Industrial Relations has determined the general prevailing wage per diem rates for
work in the locality in which the project is to be performed. A copy of said wage rates is
available online at www.dir.ca.gov/DLSR/PWD. Said prevailing rate of per diem wages
will be made available to any party upon request, and a copy thereof shall be posted at
the jobsite by the Contractor.
14.5 In accordance with California Labor Code Section 1777.1, contractors and
subcontractors that are found guilty of willfully violating Chapter 1 of Part 7 of Division 2
of the Labor Code (except for Section 1777.5), or that are found guilty of such
violations with intent to defraud, and entities in which such contractors or
subcontractors have any interest, may be ineligible to bid on, be awarded, or perform
project work as a subcontractor.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-13
INSTRUCTIONS TO BIDDERS
JOB NO. 10300-11/-09
THIS PAGE INTENTIONALLY BLANK
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-14
INSTRUCTIONS TO BIDDERS
JOB NO. 10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
CONTRACT CHECK LIST
Complete, accurate, executed copies of the following documents must be submitted to the Las
Gallinas Valley Sanitary District in accordance with the bid package issued by the District for the
CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY
GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09, within fifteen (15) calendar
days of receiving written Notice of Award of the project. The bidder’s security of any successful
bidder that fails to do so will be forfeited to the District.
Contract Check List:
_____ Two copies of the Agreement
_____ Performance Bond
_____ Payment/Labor and Materials Bond
_____ Maintenance Bond
_____ Certificates of Insurance and Endorsements
_____ Escrow for Deposit Agreement, if applicable
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-15
CONTRACT CHECK LIST
JOB NO.10300-11/-09
THIS PAGE INTENTIONALLY BLANK
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-16
CONTRACT CHECK LIST
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
AGREEMENT
The Las Gallinas Valley Sanitary District, (“District”) enters into this agreement, dated
_____________________, with
(“Contractor”).
RECITALS
1. NOTICE INVITING SEALED BIDS. The District gave Notice Inviting Sealed Bids on
December 2, 2011 for bids to be submitted for the CIVIC CENTER NORTH PUMP
STATION AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR
REPLACEMENT PROJECT, JOB NO. 10300-11/-09 by published notice and/or posting in
accordance with California Public Contract Code Section 20804 and other applicable law.
2. BID OPENING. On January 5, 2012, District representatives opened the bids for the CIVIC
CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY
GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09 and read the bids aloud.
3. PROJECT AWARD. On _________________, 2011, the District Board awarded the CIVIC
CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY
GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09 to the Contractor and
directed District staff to send the Contractor written Notice of Award of the project. The
District Board conditioned award of the project on the Contractor’s providing executed
copies of all documents specified in the contract check list included in the bid package within
fifteen calendar (15) days of receiving written Notice of Award of the project.
4. REQUIRED DOCUMENTS. The Contractor has provided the District executed copies of all
documents specified in the contract check list included in the bid package within fifteen (15)
calendar days of receiving written Notice of Award, unless noted otherwise.
AGREEMENT TERMS
The District and the Contractor agree as follows:
1. THE WORK. The Contractor shall furnish all equipment, tools, apparatus, facilities, material
labor, and skill necessary to perform and complete in a good and workmanlike manner the
CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP STATION
STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09 (“Work”) as
shown in the Technical Specifications and Drawings in accordance with the Contract
Documents and applicable law.
2. LOCATION OF WORK. The Work will be performed at the following location:
Miscellaneous sites in San Rafael, California, as shown in the Drawings.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-17
AGREEMENT
JOB NO.10300-11/-09
3. TIME FOR COMPLETION. The Contractor must complete the Work in accordance with the
Contract Documents within 180 working days from the date specified in the District’s Notice
to Proceed (“Time for Completion”).
4. REMEDIES FOR FAILURE TO TIMELY COMPLETE THE WORK. If the Contractor fails to
fully perform the Work in accordance with the Contract Documents by the Time for Completion,
as such time may be amended by change order or other modification to this agreement in
accordance with its terms, and/or if the Contractor fails, by the Time for Completion, to fully
perform all of the Contractor’s obligations under this agreement that have accrued by the Time
for Completion, the Contractor will become liable to the District for all resulting loss and
damage in accordance with the Contract Documents and applicable law. The District’s
remedies for the Contractor’s failure to perform include, but are not limited to, assessment of
liquidated damages of $1,000 per day in accordance with California Government Code Section
53069.85 and the Contract Documents, and/or obtaining or providing for substitute
performance in accordance with the Contract Documents.
5. CONTRACT PRICE AND PAYMENT. As full compensation in consideration of completion
of the Work in accordance with the Contract Documents and in consideration of the
fulfillment of all of the Contractor’s obligations under the Contract Documents, the District
will pay the Contractor in lawful money of the United States the total price of
_____________________________________________________(the “Contract Price”) as
specified in the Contractor’s completed Bid Schedule dated
, and attached
to and incorporated in this agreement. Payment to the Contractor under this agreement will
be for Work actually performed in accordance with the Contract Documents and will be
made in accordance with the requirements of the Contract Documents and applicable law.
The District will have no obligation to pay the Contractor any amount in excess of the
Contract Price unless this agreement is first modified in accordance with its terms. The
District’s obligation to pay the Contractor under this agreement is subject to and may be
offset by charges that may apply to the Contractor under this agreement. Such charges
include but are not limited to, charges for liquidated damages and/or substitute performance
in accordance with the Contract Documents.
6. PREVAILING WAGES. In accordance with California Labor Code Section 1771, not less
than the general prevailing rate of per diem wages for work of a similar character in the
locality in which the Work is to be performed, and not less than the general prevailing rate of
per diem wages for holiday and overtime work fixed as provided in the California Labor
Code must be paid to all workers engaged in performing the Work. In accordance with
California Labor Code Section 1770 and following, the Director of Industrial Relations has
determined the general prevailing wage per diem rates for the locality in which the Work is
to be performed. In accordance with California Labor Code Section 1773, the District has
obtained the general prevailing rate of per diem wages and the general rate for holiday and
overtime work in the locality in which the Work is to be performed for each craft,
classification or type of worker needed to perform the project. In accordance with California
Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at the
District Engineer’s Office and will be made available on request. Throughout the
performance of the Work the Contractor must comply with all provisions of the Contract
Documents and all applicable laws and regulations that apply to wages earned in
performance of the Work.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-18
AGREEMENT
JOB NO.10300-11/-09
7. THE CONTRACT DOCUMENTS. This agreement consists of the following documents
(“Contract Documents”), all of which are incorporated into and made a part of this
agreement as if set forth in full. In the event of a conflict between or among the Contract
Documents, precedence will be in the following order:
a.
b.
c.
d.
Permits
Typical Details
Reference Standard Specs
Reference Standard Plans
7.1
This agreement and change orders and other amendments to this agreement signed
by authorized representatives of the District and the Contractor.
7.2
The General Conditions and change orders and other amendments to the General
Conditions signed by authorized representatives of the District and the Contractor.
7.3
The Technical Specifications, addenda to the Technical Specifications signed by
authorized representatives of the District and issued prior to bid opening, Equal
Product Proposals accepted by the District and signed by authorized District
representatives prior to bid opening, and change orders and other amendments to the
Technical Specifications signed by authorized representatives of the District and the
Contractor.
7.4
The Drawings, addenda to the Drawings signed by authorized representatives of the
District and issued prior to bid opening, Equal Product Proposals accepted by the
District and signed by authorized District representatives prior to bid opening, and
change orders and other amendments to the Drawings signed by authorized
representatives of the District and the Contractor.
7.5
7.6
7.7
7.8
7.9
7.10
7.11
7.12
7.13
7.14
7.15
7.16
7.17
7.18
Notice Inviting Sealed Bids
Instructions to Bidders
The successful bidder’s completed Proposal Cover Page and Bid Schedule
The successful bidder’s completed Contractor License Information
The successful bidder’s completed Notice to Proceed
The successful bidder’s completed List of Proposed Subcontractors
The successful bidder’s Workers Compensation Insurance Certification
The successful bidder’s completed Non-Collusion Affidavit
The successful bidder’s Drug-Free Workplace Certification
The successful bidder’s Debarment Certification
The successful bidder’s completed Certificates of Insurance and Endorsements
The successful bidder’s executed Performance Bond
The successful bidder’s executed Payment Bond
The Maintenance Bond form included in the bid package that the Contractor must
execute prior to release of final payment under the Contract
7.19 The successful bidder’s Statement of Experience
7.20 The successful bidder’s signed Bidder’s Signature Page
7.21 The successful bidder’s Financial Qualifications
CIVIC CENTER NORTH AND JOHN DUCKETT PS
AGREEMENT
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-19
8. INTERPRETATION OF CONTRACT DOCUMENTS. Any question concerning the intent or
meaning of any provision of the Contract Documents, including, but not limited to, the
Technical Specifications or Drawings, must be submitted to the District Engineer, or his/her
designee, for issuance of an interpretation and/or decision by the authorized District
representative in accordance with the requirements of the Contract Documents.
Interpretations or decisions by any other person concerning the Contract Documents will not
be binding on the District. The decision of the District Engineer, or his/her designee, shall
be final.
9. ASSIGNMENT PROHIBITED. The Contractor may not assign part or all of this agreement,
or any moneys due or to become under this agreement, or any other right or interest of the
Contractor under this agreement, or delegate any obligation or duty of the Contractor under
this agreement without the prior written approval of an official authorized to bind the District
and an authorized representative of Contractor’s surety or sureties. Any such purported
assignment or delegation without such written approval on behalf of the District and the
Contractor’s sureties will be void and a material breach of this agreement subject to all
available remedies under this agreement and at law and equity.
10. CERTIFICATION RE: CONTRACTOR’S LICENSE. By signing this Agreement the
Contractor certifies that the Contractor holds a valid Class A license issued by the California
State Contractors Licensing Board, and that the Contractor understands that failure to
maintain its license in good standing throughout the performance of the Work may result in
discipline and/or other penalties pursuant to the California Business and Professions Code,
and may constitute a material breach of this agreement subject to all available remedies
under this agreement and at law and equity.
11. SEVERABILITY. If any term or provision or portion of a term or provision of this Agreement
is declared invalid or unenforceable by any court of lawful jurisdiction, then the remaining
terms and provisions or portions of terms or provisions will not be affected thereby and will
remain in full force and effect.
12. VENUE. This Agreement shall be governed and construed by the laws of the State of
California. The parties agree that jurisdiction and venue of any dispute shall be in the
Superior Court of the State of California in the County of Marin, exclusively.
13. ENTIRE AGREEMENT. This Agreement supersedes any and all other agreements, either
oral or in writing, between the parties with respect to the subject of this agreement. This
agreement contains all of the covenants and agreements between the parties with respect
to the subject of this agreement, and each party acknowledges that no representations,
inducements, promises, or agreements have been made by or on behalf of any party except
the covenants and agreements embodied in this Agreement. No agreements, statement, or
promise not contained in this Agreement shall be valid or binding between the parties with
respect to the subject of this Agreement. Any modifications shall be in writing.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-20
AGREEMENT
JOB NO.10300-11/-09
Executed on __________________________________ by
CONTRACTOR
DISTRICT
By: ________________________________
By: ______________________________
Mark R. Williams, General Manager
Las Gallinas Valley Sanitary District
Title:
Attest:
[Attach Notary Page]
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-21
By: _____________________________
AGREEMENT
JOB NO.10300-11/-09
THIS PAGE INTENTIONALLY LEFT BLANK
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-22
GENERAL CONDITIONS
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
GENERAL CONDITIONS
1. DEFINITIONS:
The following terms as used in any agreement of which these General Conditions are a part
are defined as follows:
1.1
Agreement: The agreement between the District and Contractor concerning the
Project, as evidenced by and comprised of the Contract Documents.
1.2
Architect or Engineer: The person or persons so specified on the title sheet of the
Technical Specifications and/or Drawings.
1.3
Bid Package: All of the documents listed as comprising the entire Bid Package as
specified in the Instructions to Bidders and representing the full set of documents
made available to bidders on the Project.
1.4
District: Las Gallinas Valley Sanitary District
1.5
Documents: All those documents listed in the Project agreement as comprising the
entire agreement between the District and the Contractor.
1.6
Construction Manager – The person, firm, designated in writing by the District to act as
its representative at the construction site and to perform construction observation
services and administrative functions relating to this Contract. All contact by the
Contractor with the District shall be through the Construction Manager.
1.7
Contractor: The successful bidder for the Project and party to the Project agreement
with the District as specified in the Project agreement.
1.8
Days: Unless otherwise specified in the Contract Documents, days mean working
days. Where necessary for clarity, calendar days and working days are appropriately
specified as such in the Contract Documents.
1.9
Project: The CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP
STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/09 as described in the Technical Specifications and Drawings.
1.10 District Engineer: The District’s authorized representative for administration and
overall management of the Project agreement and Work. The District Engineer is the
official point of contact between the District, the Architect and/or Engineer, and the
Contractor.
1.11 Owner: Las Gallinas Valley Sanitary District
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-23
GENERAL CONDITIONS
JOB NO.10300-11/-09
1.12 Drawings: The primarily graphic detailed requirements concerning the Project
contained in Volume 4 of the Bid Package and any addenda to the Drawings signed by
authorized District representatives and issued prior to bid opening, Equal Product
Proposals accepted by the District and signed by authorized District representatives
prior to bid opening, and change orders and other amendments to the Drawings
signed by authorized representatives of the District and the Contractor in accordance
with the requirements of the Contract Documents.
1.13 Project Inspector: The party or parties charged by the District with inspecting the Work
for compliance with the requirements of the Contract Documents and applicable laws
and regulations. The Project Inspector acts under the direction of the District and shall
coordinate with the District Engineer and Architect as directed by the District in
accordance with the Contract Documents.
1.14 Subcontractor: A person, firm or corporation that is obligated as a party to a contract
with the Contractor to perform part of the Project work. For purposes of these General
Conditions Subcontractors include, but are not limited to, those that are obligated as
parties to a contract with the Contractor to specially fabricate and install a portion of
the Project Work according to the Technical Specifications and/or Drawings.
1.15 Technical Specifications: The detailed Project requirements contained in Volume 3 of
the Bid Package and any addenda to the Technical Specifications signed by
authorized District representatives and issued prior to bid opening, Equal Product
Proposals accepted by the District and signed by authorized District representatives
prior to bid opening, and change orders and other amendments to the Technical
Specifications signed by authorized representatives of the District and the Contractor
in accordance with the requirements of the Contract Documents.
1.16 Work: The furnishing of all equipment, tools, apparatus, facilities, material, labor and
skill necessary to perform and complete in a good and workmanlike manner the
Project as shown in the Technical Specifications and Drawings in accordance with the
Contract Documents and applicable law.
1.16 Written Notice: Will be deemed to have been duly served for purposes of these
General Conditions and any agreement of which they are a part if delivered in person
to the individual or to a member of the firm or to any office of the corporation for whom
the notice is intended, or if sent by registered or certified mail to the last known
business address known to the party giving notice. Unless otherwise specified in the
Contract Documents, the last known address of the Contractor shall be that listed in
the Contractor’s completed Proposal Cover Page and Bid Schedule.
2. SCOPE OF WORK
2.1
Documents Furnished by District. The District will furnish to the Contractor, free of
charge, five (5) sets of half-size prints of the Drawings and Technical Specifications for
execution of the Work. Throughout the performance of the Work the Contractor must
keep one copy of the Drawings and Technical Specifications in good order and
available for review by the District Engineer, the Engineer, the Architect, and any other
District contractors or representatives.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-24
GENERAL CONDITIONS
JOB NO.10300-11/-09
2.2
Ownership of Documents Furnished by District. All documents furnished by the
District, including, but not limited to, the Technical Specifications, Drawings, and any
copies, are the property of the District. Documents furnished by the District may not to
be used on any other work. All documents furnished by the District must be returned
to District upon completion of the Work.
2.3 Technical Specifications and Drawings.
2.3.1
The Technical Specifications and Drawings are complementary and intended to
mutually describe the Work necessary to complete the Project in accordance
with the Contract Documents.
2.3.2
In general, the Drawings indicate dimensions, position and kind of construction,
and the Technical Specifications indicate qualities and methods. Any Work
indicated on the Drawings and not mentioned in the Technical Specifications or
vice versa must be furnished as though fully set forth in both. Work that is not
particularly detailed, marked or specified shall be the same as similar Work that
is detailed, marked or specified. The Contractor must furnish items necessary
for the operation of equipment depicted in the Drawings or specified in the
Technical Specifications that are suitable to allow such equipment to function
properly at no extra charge.
2.3.3
The Contractor must notify the District Engineer and the Architect as soon as
possible of any apparent errors or inconsistencies, including, but not limited to,
typographical or notational errors in the Drawings, Technical Specifications,
and/or in work done by others affecting the Work. The District Engineer will
issue instructions concerning any such apparent errors or inconsistencies. If
the Contractor proceeds with Work impacted by apparent errors or
inconsistencies without instructions from the District Engineer, the Contractor
shall do so at its sole risk and shall have all of the obligations and the District
shall have all of the rights and remedies specified in Section 11 concerning any
resulting damage or defect.
2.3.4
The General Conditions apply with equal force to all of the Work, including extra
work authorized by the District Engineer in accordance with the Contract
Documents. The Contractor must submit any required shop diagrams and/or
drawings by the times and in the quantities indicated in the Technical
Specifications. Any such shop diagrams and/or drawings must show
completely the Work to be done, expanding on the Drawings concerning details
not previously shown, field conditions and the condition of the Work. Architect
or Engineer review of such shop diagrams and/or drawings will concern
conformance with the requirements of the Contract Documents only. The
Architect or Engineer assumes no responsibility for the correctness or accuracy
of the dimensions or any other contents of any shop diagrams and/or drawings
submitted by the Contractor. The Contractor must check all dimensions at the
Work site. Shop diagrams and/or drawings must be clearly marked with the
name of the Project and the name of the Contractor, subcontractor or supplier
making the submittal, and must be stamped and signed by the Contractor and
submitted under a signed transmittal letter from the Contractor certifying that all
dimensions have been checked at the Work site. These requirements are
CIVIC CENTER NORTH AND JOHN DUCKETT PS
GENERAL CONDITIONS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-25
mandatory. The Architect or Engineer will not review shop diagrams and/or
drawings that do not satisfy these requirements. The Contractor will be
responsible for any and all discrepancies between dimensions of the actual
Project site and/or Work and those shown on shop diagram and/or drawings
submitted by the Contractor, and for any other errors contained in or resulting
from such shop diagrams and/or drawings, including, but not limited to, errors in
material and/or equipment quantities and any resulting errors, delays or
additional cost in the performance of the Work. The Contractor will have all of
the obligations and the District will have all of the rights and remedies that are
specified in Section 11 concerning any discrepancies or errors in shop
diagrams and/or drawings submitted by the Contractor, and concerning any
resulting errors, delays or additional costs in the performance of the Work.
3. CONTROL OF WORK AND MATERIAL
3.1
District Engineer’s Status. The District Engineer will administer the Project in
accordance with the Contract Documents. After execution of the agreement and
issuance of the Notice to Proceed, all correspondence and/or instructions concerning
the Project between the Contractor and/or District shall be forwarded through the
District Engineer. Except as otherwise provided in the Contract Documents, the
District Engineer will not be responsible for and will not have control or charge of
construction means, methods, techniques, or procedures or for safety precautions in
connection with the Work. The District Engineer, however, will have authority to reject
materials and/or workmanship that do not conform to the requirements of the Contract
Documents. The District Engineer will also have the authority to require inspection or
testing of the Work.
3.2
Architect or Engineer’s Status. The Architect or Engineer will advise the District
Engineer concerning decisions on all claims of the Contractor and all other matters
relating to the execution and progress of the Work or the interpretation of the Contract
Documents. The Architect or Engineer will also advise the Construction Manger
concerning Work that does not conform to the Contract Documents. Whenever, in the
Architect's or Engineer’s opinion, it is necessary or advisable in accordance with the
Contract Documents, the Architect or Engineer may recommend to the District
Engineer inspection or testing of the Work, whether or not such Work is then
fabricated, installed or completed.
3.3 Inspection and Testing of Work and Material.
3.3.1
The District, the District Engineer, the Architect or Engineer and their
representatives will have access to the Work at all times wherever it is in
preparation or progress. The Contractor must provide proper facilities for such
access and for inspection.
3.3.2
The Contractor must inspect all materials as delivered and promptly return all
defective materials without waiting for their rejection by the District Engineer or
Architect or Engineer.
3.3.3
If the District Engineer, the Technical Specifications, or any laws, ordinances, or
any public authority require any Work to be tested or approved, the Contractor
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-26
GENERAL CONDITIONS
JOB NO.10300-11/-09
must give the District Engineer timely notice of the Contractor’s readiness for
inspection. Inspections will be promptly made, and where practicable, at the
source of supply. Any work subject to such testing that is covered up without
timely notice to the District Engineer or without the approval or consent of the
District Engineer must, if required by the District Engineer, be uncovered for
examination at the Contractor's expense. The Contractor will have all of the
obligations and the District will have all of the rights and remedies that are
specified in Section 11 concerning any work subject to testing that is covered
up without timely notice to the District Engineer and that is not uncovered for
examination at the Contractor’s Expense if required by the District Engineer.
3.4
3.3.4
Tests of materials or qualification tests required by the Contract Documents
must be made in accordance with the Technical Specifications and the
requirements of the California Building Standards Code as adopted by the
District and other applicable law. Copies of all testing reports shall be
distributed as required in the Technical Specifications.
3.3.5
The District or its representatives may order re-examination of questioned
Work. If ordered to do so, the Contractor must uncover such Work. If such
Work is found to be according to the Contract Documents, the District shall pay
the cost of uncovering and restoring the Work, unless such Work was subject to
testing and covered up without timely notice to or approval of the District
Engineer. If re-examined Work is found not in accordance with the Contract
Documents, the Contractor must pay the cost of uncovering and restoring the
Work. The Contractor will have all of the obligations and the District will have
all of the rights and remedies that are specified in Section 11 concerning any
re-examined Work not in accordance with the Contract Documents that the
Contractor fails to uncover and restore at the Contractor’s expense.
3.3.6
The Contractor must replace or correct without charge any material or
workmanship found not to conform to the requirements of the Contract
Documents, unless the District consents to accept such material or
workmanship with an appropriate adjustment in the Contract Price. The
Contractor must promptly segregate and remove non-conforming material from
the Work site. The Contractor will have all of the obligations and the District will
have all of the rights and remedies that are specified in Section 11 concerning
any failure by the Contractor to replace or correct without charge any material
or workmanship that does not conform to the requirements of the Contract
Documents and that the District has not consented to accept.
Samples Furnished by the Contractor. The Contractor must furnish all samples for
approval as directed in sufficient time to permit the Architect or Engineer to examine,
approve and select samples before they are required by the progress of the Work.
Portions of the Work for which samples are required and for which the Architect or
Engineer has selected samples must be in accordance with such approved samples.
Samples must be sent prepaid to the office of the District Engineer or to such place as
the District Engineer may direct.
3.5 Materials and Substitutions.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-27
GENERAL CONDITIONS
JOB NO.10300-11/-09
3.5.1
Materials used for the Work must be new and of the quality specified. When
not particularly specified, materials must be the best of their class or kind. The
Contractor must, if required, submit satisfactory evidence as to the kind and
quality of materials.
3.5.2
If the Contractor submitted complete information to the District Engineer for
products proposed as equals in accordance with the Bid Package, and the
District approved such products proposed as equals in writing, the Contractor
may either furnish such products approved as equals, or furnish the products
listed by manufacturer name, brand or model number in the Technical
Specifications or Drawings. The District retains the right, in its sole discretion,
to accept or reject any other proposed substitution. To be considered,
proposals concerning products proposed as equals must include sufficient
information to permit the District to determine whether the products proposed
as equals will satisfy the same performance requirements as products listed by
manufacturer’s name, brand or model number. Such performance
requirements may include, but are not limited to, size, strength, function,
appearance, ease of maintenance and repair, and useful life requirements. If
the District does not accept a proposed substitution, the Contractor must furnish
the product specified in the Technical Specifications or Drawings for the
Contract Price, regardless of whether the product is specified by manufacturer’s
name, brand or model number, or otherwise.
3.5.3. During the performance of the Work, all materials must be neatly stacked,
properly protected from the weather and other adverse impacts, and placed so
as to avoid interference with efficient progress of the Work, with other activities
of the District, or with the use of existing District facilities by the public. All
materials must be delivered so as to ensure efficient and uninterrupted
progress of the Work. Materials must be stored so as to cause no obstruction
and so as to prevent overloading of any portion of the Work. The Contractor
will be responsible for damage or loss of materials delivered to and/or stored at
the Work site due to weather or other causes. The Contractor must promptly
remove from the Work site all materials rejected by the District or its
representatives as failing to conform to the requirements of the Contract
Documents, whether such non-conforming materials have been incorporated in
the Work or not. If the District or its representatives so direct, the Contractor
must promptly replace and re-execute Work performed by the Contractor and
order the replacement and re-execution of Work performed by subcontractors
using non-conforming materials with materials that satisfy the requirements of
the Contract Documents without expense to the District. The Contractor will
bear the expense of making good all Work destroyed or damaged by such
removal. The Contractor will have all of the obligations and the District will
have all of the rights and remedies that are specified in Section 11 concerning
any failure by the Contractor to replace or re-execute Work using nonconforming materials, and/or to make good all work destroyed or damaged by
such removal and/or execution.
3.6
Audits and Examination of Records. The District may examine and audit at no
additional cost to the District all books, estimates, records, contracts, documents, bid
documents, bid cost data, subcontract job cost reports and other Project related data
CIVIC CENTER NORTH AND JOHN DUCKETT PS
GENERAL CONDITIONS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-28
of the Contractor, subcontractors engaged in performance of the Work, and suppliers
providing supplies, equipment and other materials required for the Work, including
computations and projections related to bidding, negotiating, pricing or performing the
Work or contract modifications and other materials concerning the Work, including, but
not limited to, Contractor daily logs, in order to evaluate the accuracy, completeness,
and currency of cost, pricing, scheduling and any other project related data. The
Contractor will make available all such Project related data at all reasonable times for
examination, audit, or reproduction at the Contractor’s business office at or near the
Work site, and at any other location where such Project related data may be kept until
three years after final payment under the Agreement. Pursuant to California
Government Code Section 8546.7, if the amount of public funds to be expended is in
excess of $10,000, this Agreement shall be subject to the examination and audit of the
State Auditor, at the request of the District, or as part of any audit of the District, for a
period of three (3) years after final payment under the Agreement.
3.7 Advertising. No advertising signs of any kind may be displayed on the Work site, or on
fences, offices or elsewhere adjacent to the Work site.
3.8 Project Schedule. Within seven (7) calendar days of the Notice to Proceed, the
Contractor shall submit a schedule showing each task of Work, the sequence of each
task, the number of days required to complete each task, and the critical path
controlling the completion of the entire Work. The schedule shall allow for the
completion of the entire Work within the Time for Completion.
3.8.1
District Review of Schedule. The District may review the Contractor’s submitted
schedule and may note any exceptions. The Contractor shall correct any
exceptions noted by the District within five (5) working days of being notified of
the exceptions.
3.8.2
Update of Schedule. After submission of a schedule to which the District has
taken no exceptions, the Contractor shall submit an updated schedule on a
biweekly basis until completion of the Work. The updated schedule shall show
the progress of Work as of the date specified in the updated schedule.
3.8.3
Float. The schedule shall show early and late completion dates for each task.
The number of working days between these dates shall be designated as
“float”. The Float shall be designated to the Project and shall be available to
both the District and the Contractor as needed.
3.8.4
Failure to Submit Schedule. If the Contractor fails to submit the schedule within
the time period specified in Section 3.8, or the updated schedule as specified in
Section 3.8.2, or submit a schedule to which the District has taken uncorrected
exceptions, the District shall be entitled to withhold payment for the next
application for payment submitted after the schedule or updated schedule
becomes late.
3.8.5
Responsibility for Schedule. The Contractor shall have sole and exclusive
responsibility for creating the schedule and properly updating it. The District
has no authority to approve the schedule. The District may note exceptions to
any schedule submitted by the Contractor. However, it shall be the
CIVIC CENTER NORTH AND JOHN DUCKETT PS
GENERAL CONDITIONS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-29
Contractor’s sole responsibility to determine the proper method to address
exceptions and the District’s review of the schedule shall not serve to place any
such obligation on the District.
4. CHANGES IN WORK
4.1
District Directed Change Orders. The District may at any time during the progress of
the Work direct any amendments to the Work or any of the Contract Documents,
including, but not limited to the Technical Specifications, or Drawings. Such
amendments will in no way void the agreement, but will be applied to amend the
Contract Price, if such amendments affect the Contract Price, the Project schedule, if
such amendments affect the Project schedule, or any other provision of the Contract
Documents based on a fair and reasonable valuation of the amendment in accordance
with this Section 4.
4.2
Writing Requirement. Change orders and other amendments to the Technical
Specifications, the Drawings, or other Contract Documents may be made only by a
writing executed by authorized representatives of the District and the Contractor.
4.3
Contractor Proposed Change Orders. Unless the District Engineer otherwise
authorizes or the District and the Contractor otherwise agree, change order proposals
submitted by the Contractor must be submitted to the District Engineer no later than
the time of the proposed change.
4.4
All Change Orders. All change order proposals must be submitted on completed
Change Order forms provided in the Contract Documents. All such change order
proposals must itemize all cost impacts of the proposed change order and include a
total price for that change order and the amended Contract Price that would become
effective upon execution of the change order. All change order proposals must specify
any change in the Project schedule, or in any project milestone including, but not
limited to, the Time for Completion, under the change order. It is understood that
change orders that do not specify a change in any milestone, including, but not limited
to, the Time for Completion, may be accomplished by the Time for Completion then in
effect.
4.5 Change Order Pricing. Change order pricing will be governed by the following:
4.5.1
Unit prices specified in the Contract Documents will apply to cost impacts
involving items for which the Contract Documents specify unit prices.
4.5.2
Cost impacts involving items for which no unit prices are specified will be
calculated by adding the itemized actual direct cost that would be added or
reduced under the change order and an allowance for indirect costs in
accordance with this Section. Itemization for direct costs for required labor
must include the classifications of labor required, the total hours required for
each classification, the hourly rate for each classification and other labor related
costs such as liability and workers compensation insurance, social security,
retirement and unemployment insurance. All other cost impacts for which no
unit prices are specified must be itemized as appropriate, including the cost of
tools, vehicles, phones and other equipment, and the cost of all required
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-30
GENERAL CONDITIONS
JOB NO.10300-11/-09
materials or supplies. Indirect costs added under a change order may not
exceed an allowance of fifteen (15) percent of the total of combined Contractor
and subcontractor direct costs added under the change order. Such allowance
covers Contractor overhead and profit under the change order and includes the
cost of insurance in addition to that required pursuant to Section 8.8, bond
premiums, superintendent labor, clerical labor, home office expenses, worksite
office expenses, and utility costs under the change order. Such costs may not
be itemized as direct costs under a change order. Indirect costs deducted
under a change order will be calculated in exactly the same way as indirect
costs added under a change order, except indirect costs deducted under a
change order may not exceed an allowance of seven and a half (7.5) percent of
the total of combined Contractor and subcontractor direct costs deducted under
the change order.
4.6
Liability Under Unapproved Change Orders. The Contractor shall be solely
responsible for any and all losses, costs, or liabilities of any kind incurred by the
Contractor, any subcontractor engaged in the performance of the Work, any party
supplying material or equipment for the Work or any third party that are incurred
pursuant to Contractor-proposed change orders prior to issuance of an approved
change order executed in accordance with this Section 4. The Contractor will have all
of the obligations and the District will have all of the rights and remedies that are
specified in Section 11 concerning any work or resulting losses, costs, or liabilities
pursuant to a Contractor proposed change order before issuance of an approved
change order executed in accordance with this Section 4.
4.7 Changes Subject to Contract Documents. Any changes in the Work and/or the
Contract Documents pursuant to change orders and any other amendments issued in
accordance with the Contract Documents, including this Section 4, will in all respects
be subject to all provisions of the Contract Documents, including, but not limited to, the
Technical Specifications and the Drawings, except as modified by such change orders
or amendments.
4.8 Change Order Disputes.
4.8.1
Disputed District Directed Change Orders. If the Contractor disputes a District
directed change order following a reasonable effort by the District and the
Contractor to resolve the dispute including, at a minimum, a meeting between
appropriate representatives of the Contractor and the District, the Contractor
must commence performing the Work consistent with the disputed change
order within five (5) working days of the last meeting between representatives
of the Contractor and the District to resolve the dispute, or within the time
specified in the disputed District directed change order, whichever is later. In
performing Work consistent with a disputed District-directed change order
pursuant to this provision the Contractor will have all of the Contractor’s rights
concerning claims pursuant to the Contract Documents and applicable law.
4.8.2
Disputed Contractor Proposed Change Orders. If the District disputes a
Contractor proposed change order, the District and the Contractor will use
reasonable efforts to resolve the dispute including, at a minimum, holding a
meeting between appropriate representatives of the Contractor and the District.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-31
GENERAL CONDITIONS
JOB NO.10300-11/-09
Regardless of and throughout any such efforts to resolve the dispute the
Contractor must continue performing the Work irrespective of and unmodified
by the disputed change order. In continuing to perform the Work, the
Contractor will retain all of the Contractor’s rights under contract or law
pertaining to resolution of disputes and protests between contracting parties.
Disputes between the District and the Contractor concerning any Contractorproposed change order or other amendment do not excuse the Contractor’s
obligation to perform the Work in accordance with the Contract Documents
excluding such Contractor-proposed change order or other amendment by the
Time for Completion or waive any other Project milestone or other requirement
of the Contract Documents.
5. TRENCHING AND UTILITIES
5.1
Excavation More Than Four Feet Deep. In accordance with California Public Contract
Code Section 7104, if the Work involves excavation more than four feet deep the
Contractor must promptly notify the District in writing before disturbing: any material
that the Contractor believes may be hazardous waste, as defined in Section 25117 of
the Health and Safety Code, that is required to be removed to a Class I, Class II or
Class III disposal site in accordance with provisions of existing law; any subsurface or
latent physical conditions at the Work site differing from those indicated; or any
unknown physical conditions at the Work 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 Documents. The District will promptly
investigate any such conditions for which notice is given. If the District finds that the
conditions do materially differ, or involve hazardous waste, and would cause a
decrease or increase in the cost or time of performance of the Work, the District will
issue a change order pursuant to Section 4 of these General Conditions. If a dispute
arises between the District and the Contractor concerning whether the conditions
materially differ, or involve hazardous waste, or cause a decrease of increase in the
cost or time of performance, the Contractor will not be excused from any completion
date provided in the Contract Documents, but shall proceed with all Work to be
performed. The Contractor will retain all rights under contract or law pertaining to
resolution of disputes and protests between contracting parties.
5.2
Excavation of Five Feet or More. In accordance with California Labor Code Section
6705, contractors performing contracts exceeding $25,000 in cost and involving
excavation five or more feet deep must submit for the District’s acceptance, prior to
excavation, a detailed plan showing the design of shoring, bracing, sloping, or other
provisions to be made for worker protection from the hazard of caving ground during
excavation. If the plan varies from the shoring system standards, it must be prepared
by a registered civil or structural engineer.
5.3 Existing Utilities.
5.3.1
General – The location of known existing utilities and pipelines are shown on
the Plans in their approximate locations. However, nothing herein shall be
deemed to require the District to indicate the presence of existing service
laterals or appurtenances whenever the presence of such utilities on the site of
the project can be inferred from the presence of other visible facilities, such as
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-32
GENERAL CONDITIONS
JOB NO.10300-11/-09
buildings, cleanouts, meter and junction boxes, on or adjacent to the site of the
Project.
The District will assume the responsibility for the timely removal, relocation, or
protection of existing main or trunk line utility facilities located on the Project site
if such utilities are not identified by the District in the Contract Documents or
which cannot reasonably be inferred from the presence of other visible facilities.
5.3.2
Utility Location – It shall be the Contractor’s responsibility to determine the
exact location and depth of all utilities, including service connections, which
have been marked by the respective utility owners and which the Contractor
believes may affect or be affected by the Contractor’s operations. The
Contractor shall not be entitled to additional compensation nor time extensions
for work necessary to avoid interferences nor for repair to damaged utilities if
the Contractor does not expose all such existing utilities as required by this
section.
The locating of utilities shall be in conformance with Government Code Section
4216 et seq. except for the District’s utilities located on the District’s property
and not on public right-of-way.
A “High Priority Subsurface Installation” is defined in Section 4216 (e) as “highpressure natural gas pipelines with normal operating pressures greater than
415kPA gauge (60psig) or greater than six inches nominal pipe diameter,
petroleum pipelines, pressurized sewage pipelines, high-voltage electric supply
lines, conductors, or cables that have a potential to ground of greater than or
equal to 60kv, or hazardous materials pipelines that are potentially hazardous
to workers or the public if damaged.”
A “Subsurface Installation” is defined in Section 4216 (l) as “any underground
pipeline, conduit, duct, wire, or other structure, except non-pressurized sewer
lines, non-pressurized storm drains, or other non-pressurized drain lines.”
Pursuant to Government Code Section 4216.2 the Contractor shall contact the
appropriate regional notification center at least two (2) working days but not
more than fourteen (14) calendar days before performing any excavation. The
Contractor shall request that the utility owners conduct a utility survey and mark
or otherwise indicate the location of their service. The Contractor shall furnish
to the Construction Manager written documentation of its contact(s) with the
regional notification center prior to commencing excavation at such locations.
After the utility survey is completed, the Contractor shall commence “potholing”
or hand digging to determine the actual location of the pipe, duct, or conduit.
The Construction Manager and District Engineer shall be given notice prior to
commencing potholing operations. The Contractor shall uncover all piping and
conduits, to a point one (1) foot below the pipe, where crossings, interferences,
or connections are shown on the Drawings, prior to trenching or excavating for
any pipe or structures, to determine actual elevations. New pipelines shall be
laid to such grade as to clear all existing facilities, which are to remain in
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-33
GENERAL CONDITIONS
JOB NO.10300-11/-09
service for any period subsequent to the construction of the run of pipe
involved.
The Contractor's attention is directed to the requirements of Government Code
Section 4216.2 (a)(2) which provides: “When the excavation is proposed within
10 feet of a high priority subsurface installation, the operator of the high priority
subsurface installation shall notify the excavator of the existence of the high
priority subsurface installation prior to the legal excavation start date and time,
as such date and time are authorized pursuant to paragraph (1) of subdivision
(a) of 4216.2. The excavator and the operator or its representative shall
conduct an onsite meeting at a mutually-agreed-on time to determine actions or
activities required to verify the location of the high priority subsurface
installation prior to start time.” The Contractor shall notify the Construction
Manager and District Engineer in advance of this meeting.
5.3.4. Utility Relocation and Repair – If interferences occur at locations other than
those indicated in the Contract Documents with reasonable accuracy, the
Contractor shall notify the Construction Manager and District Engineer in
writing. The Construction Manager will supply a method for correcting said
interferences in accordance with the responsibilities of this section and
Government Code Section 4215.
Care shall be exercised by the Contractor to prevent damage to adjacent
existing facilities and public or private works; where equipment will pass over
these obstructions, suitable planking shall be placed. If high priority subsurface
installations are damaged and the operator cannot be contacted, the Contractor
shall call 911 emergency services.
The District will compensate the Contractor for the costs of locating and
repairing damage not due to the failure of the Contractor to exercise reasonable
care, and for removing or relocating such main or trunk line utility facilities not
indicated in the Contract Documents with reasonable accuracy, and for the cost
of equipment on the Project necessarily idled during such work. The payment
for such costs will be made as provided in Section 4, Change Orders. The
Contractor shall not be assessed liquidated damages for delay in completion of
the Project, when such delay is caused by the failure of the District or utility
company to provide for removal or relocation of such utility facilities.
The public utility, where they are the owner of the effected utility, shall have the
sole discretion to perform repairs or relocation work or permit the Contractor to
do such repairs or relocation work at a reasonable price. The right is reserved
to the District and the owners of utilities or their authorized agents to enter upon
the Work area for the purpose of making such changes as are necessary for
the rearrangement of their facilities or for making necessary connections or
repairs to their properties. The Contractor shall cooperate with forces engaged
in such work and shall conduct its operations in such a manner as to avoid any
unnecessary delay or hindrance to the work being performed by such forces
and shall allow the respective utilities time to relocate their facility.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-34
GENERAL CONDITIONS
JOB NO.10300-11/-09
When the Contract Documents indicate that a utility is to be relocated, altered
or constructed by others, the District will conduct all negotiations with the utility
company and the work will be done at no cost to the Contractor, unless
otherwise stipulated in the Agreement.
Temporary or permanent relocation or alteration of utilities desired by the
Contractor for its own convenience shall be the Contractor’s responsibility and it
shall make arrangements and bear all costs for such work.
6. PROJECT FACILITIES
6.1
Work Site Offices. Any Work site office facilities used by the Contractor and/or its
privities must conform to all applicable codes, ordinances and regulations. The cost of
such Work site office facilities shall be paid from the included in the Contract Price.
6.2
District Rights of Access and Ownership. The District and its authorized
representatives will at all reasonable times while such office facilities are located at the
Work site (including, at a minimum, all times during which the Work is performed),
have access to any such Work site office facilities used by the Contractor and/or its
privities. With respect to the right of access of the District and its authorized
representatives, neither the Contractor nor its privities shall have a reasonable
expectation of privacy pursuant to the Fourth Amendment to the Unites States
Constitution or other applicable law concerning such Work site office facilities used by
the Contractor and/or its privities. Without exception, any and all Project related
materials located at such Work site facilities will be deemed at all times to be District
property subject to inspection and copying by the District and its authorized
representatives at all reasonable times while such facilities are located at the Work site
(including, at a minimum, all times during which the Work is performed). Any
interference by the Contractor or its privities with the District’s rights of access and/or
ownership pursuant to this Section 6 will constitute a material breach of the Agreement
subject to any and all remedies available pursuant to the Contract Documents and at
law and equity.
7. PROSECUTION AND PROGRESS OF THE WORK
7.1
Liquidated Damages. Time is of the essence in the Agreement. The District and the
Contractor agree that it will be difficult and/or impossible to determine the actual
damage which the District will sustain in the event of the Contractor’s failure to fully
perform the Work or to fully perform all of the Contractor’s obligations that have
accrued pursuant to the Agreement by the Time for Completion. Accordingly, the
District and the Contractor agree in accordance with California Government Code
Section 53069.85 that the Contractor will forfeit and pay to the District liquidated
damages in the sum of $1,000 per day for each and every calendar day completion of
the Work and/or performance of all of the Contractor’s obligations that have accrued
pursuant to the Agreement is delayed beyond the Time for Completion. The District
and the Contractor further agree in accordance with California Government Code
Section 53069.85 that the liquidated damages sum specified in this provision is not
manifestly unreasonable under the circumstances existing at the time the Agreement
was made, and that the District may deduct liquidated damages sums in accordance
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-35
GENERAL CONDITIONS
JOB NO.10300-11/-09
with this provision from any payments due or that may become due the Contractor
under the Agreement.
7.2
No Damage for Delay Beyond District and Contractor Control. The Contractor will not
be held responsible for delays in performance of the Work caused by delay beyond the
control of both District and Contractor, such as by strikes, lockouts, or labor
disturbances that are not within the control of the contractor to resolve, lack or failure
of transportation, or acts of other government entities. This provision will not apply
where the delay would not have occurred but for a previous contractor caused delay in
the prosecution of the Work. The District will not be liable to the Contractor, any
subcontractor or other entity engaged in the performance of the Work, any supplier, or
any other person or organization, or to any surety or employee or agent of any of
them, for damages arising out of or resulting from (i) delays beyond the control of the
District and the Contractor including but not limited to fires, floods, epidemics,
abnormal weather conditions, earthquakes and acts of God or acts or neglect by utility
owners or other contractors performing other work, or (ii) delays caused by the District,
its officials, officers, employees, agents, or volunteers, or delays caused by the District
Engineer or the Architect or Engineer, which delays are reasonable under the
circumstances involved and/or are within the contemplation of the District and the
Contractor. An extension of the Time for Performance in an amount equal to the time
loss due to such delay(s) will be the Contractor's sole and exclusive remedy for such
delay(s).
7.3
No Damage for Contractor Caused Delay. Contractor shall not be entitled to additional
compensation for extended field or home office overhead, field supervision, costs of
capital, interest, escalation charges, acceleration costs or other impacts for any delays
to the extent such delays are caused by the failure of the Contractor or any
subcontractor or other entity engaged in performance of the Work to perform the Work
in accordance with the Contract Documents. Contractor may be eligible for additional
compensation in excess of the Contract Price for delays caused by the District and/or
its privities.
7.4
No Damage for Other Delay. Contractor will not be entitled to damages for delay to
the Work caused by the following, which the District and Contractor agree will be
deemed for purposes of California Public Contract Code Section 7102 either not
caused by the District, and/or within the contemplation of the District and the
Contractor, and/or reasonable under the circumstances:
7.4.1
7.4.2
Exercise of the District’s right to sequence the Work in a manner that would
avoid disruption to the District and other contractors based on: the failure of the
Contractor or any subcontractor or other entity engaged in the performance of
the Work to perform the Work in accordance with the Contract Documents,
enforcement by the District or any other governmental agency of competent
jurisdiction of any government act or regulation, or enforcement by the District
of any provisions of the Agreement.
Requests for clarification or information concerning the Contract Documents or
proposed change orders or modifications to the Contract Documents, including
extensive and/or numerous such requests for clarification or information or
proposed change orders or modifications, provided such clarifications or
CIVIC CENTER NORTH AND JOHN DUCKETT PS
GENERAL CONDITIONS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-36
information or proposed change orders or modifications are processed by the
District or its representatives in a reasonable time in accordance with the
Contract Documents.
7.5 Delays Caused by the District and/or Its Privities. Either the District or the Contractor
may propose a change in the Time for Completion for delays that are purported to be
caused by the District and/or its privities and that are not reasonable under the
circumstances involved and/or that are not within the contemplation of the District and
the Contractor. Such proposed changes in the Time for Completion will constitute
change order proposals subject to Section 4. In accordance with Section 4, the District
and the Contractor may agree upon pricing for the cost impacts, if any, resulting from
such delays. If such pricing is in anticipation of cost impacts that may, but have not yet
occurred, the District will be obligated to pay the Contractor for such anticipated
impacts in accordance with the Agreement and any applicable, approved change
orders only to the extent the Contractor actually incurs the anticipated cost impacts.
Notwithstanding anything to the contrary in Section 4.5.2, the District and the
Contractor may agree to a daily rate or cap or lump sum that will apply to the cost
impacts, if any, resulting from delay purportedly caused by the District and/or its
privities subject to this provision. However, if such daily rate or cap or lump sum is in
anticipation of cost impacts that have not yet occurred, the District will be obligated to
pay such daily rate or cap or lump sum only to the extent the Contractor actually incurs
such cost impacts.
7.5.1
Weather Delays. Extensions of the Time for Completion will not be allowed for
weather conditions that are consistent with the following list of anticipated rain
days based on historical weather data of the National Oceanographic and
Atmospheric Administration of the U.S. Department of Commerce for the record
station that is nearest or most applicable to the Work site. Extensions of the
Time for Completion for delays due to adverse weather will be allowed only if
the number of rain days exceeds those listed in the following table and the
Contractor can verify to the District’s reasonable satisfaction that such adverse
weather caused actual delay in the timely completion of the Work. No
extensions of the Time for Completion will be granted for rain days in addition to
those listed in the following table that merely result in delays that do not or
would not, themselves, result in failure to complete the Work by the Time for
Completion. Anticipated weather delays, which may include rain, strong wind,
or other types of inclement weather conditions, are as follows:
August through October:
November through April:
May through July
4 days
40 days
4 days
7.6 Delay Claims. Whenever the Contractor claims a delay for which the Time for
Completion may be extended, the Contractor must request an extension of time within
five (5) working days of the start of the delay. The request must be in writing and
describe in detail the cause for the delay, and, if possible, the foreseeable extent of the
delay.
7.7 Contractor Coordination of the Work.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-37
GENERAL CONDITIONS
JOB NO.10300-11/-09
7.7.1
The District reserves the right to do other work in connection with or in the
vicinity of the Project by contract or otherwise, and Contractor shall at all times
conduct the Work so as to impose no hardship on the District, others engaged
in the Work or other contractors working at the Work site. The Contractor will
adjust, correct and coordinate the Work with the work of others so that no
delays result in the Work or other work at or near the Work site.
7.7.2
If any part of the Work depends for proper execution or results upon the work of
the District or any other contractor, the Contractor will, before proceeding with
such Work, promptly report to the District any apparent discrepancies or defects
in such other Work. Failure of the Contractor to promptly report any apparent
discrepancy or defect will be deemed an acceptance of the District’s or other
contractor's Work as fit and proper.
7.7.3
The Contractor will anticipate the relations of the various trades to the progress
of the Work and will ensure that required anchorage or blocking is furnished
and set at proper times. Anchorage and blocking necessary for each trade
shall be part of the Work except where stated otherwise.
7.7.4
The Contractor will provide proper facilities at all times for access of the District,
the District Engineer, Architect or Engineer, and other authorized District
representatives to conveniently examine and inspect the Work.
7.8 Suspension of Work
7.8.1
If the Contractor fails to correct defective work, or fails to carry out the Work in
accordance with the Contract Documents or any other applicable rules and
regulations, the District, by a written order of the District 's representative or
signed personally by an agent specifically so empowered by the District, in
writing, may order the Contractor to stop the work, in its entirety or any portion
thereof. In the event of a suspension of only a portion of the work, the
Contractor is obligated to perform the portion of the work not suspended. The
Suspension of Work shall remain in effect until the condition or cause for such
order has been eliminated. The District’s concurrence that the condition or
cause has been eliminated will be provided to the Contractor in writing. This
right of the District to stop and suspend the Work shall not give rise to any duty
on the part of the District to exercise this right for the benefit of the Contractor
or any other person or entity. All delays in the Work occasioned by such
stoppage shall not relieve the Contractor of any duty to perform the Work or
serve to extend the time for its completion. Any and all necessary corrective
work done in order to comply with the Contract Documents shall be performed
at no cost to the District.
7.8.2
In the event that a suspension of Work is ordered, as provided in this
paragraph, the Contractor, at its expense, shall perform all work necessary to
provide a safe, smooth, and unobstructed passageway through construction for
use by public, pedestrian, and vehicular traffic, during the period of such use by
suspension. Should the Contractor fail to perform the Work as specified, the
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-38
GENERAL CONDITIONS
JOB NO.10300-11/-09
District may perform such work and the cost thereof may be deducted from
partial payments and/or final payment due the Contractor under the Contract.
7.8.3
The District shall also have authority to suspend the Work wholly or in part, for
such period as the District may deem necessary, due to unsuitable weather, or
to such other conditions as are considered unfavorable for the suitable
prosecution of the Work. Such temporary suspension of the Work will be
considered justification for time extensions to the Contract in an amount equal
to the period of such suspension if such suspended work includes the current
critical activity on the latest favorably reviewed progress schedule. The
Contractor as directed by the District shall comply with the provisions in Section
7.8.2 above. Such additional work shall be compensated as provided for in
Section 4, Changes in Work.
8. CONTRACTOR RESPONSIBILITIES
8.1. Eligibility. By executing the Agreement, the Contractor certifies that the Contractor is
not ineligible to perform work on public works projects pursuant to California Labor
Code Sections 1777.1 or 1777.7. In accordance with California Public Contract Code
Section 6109(a), contractors who are ineligible to perform work on public works
projects pursuant to California Labor Code Sections 1777.1 or 1777.7 may neither bid
on, be awarded or perform the Work. The Contractor shall hold harmless and
indemnify the District from and against any and all damages, costs, and liability arising
from or as a consequence of any violation of Public Contract Code Section 6109.
8.2 Supervision of the Work. The Contractor will be solely responsible for the performance
of the Work, including portions of the Work to be performed by subcontractors. The
Contractor is charged with ensuring that all orders or instructions from the District,
District Engineer or Architect are disseminated to and followed by all subcontractors
engaged in performance of the Work. The Contractor will supervise the Work using the
Contractor’s best skill and attention. At any time during the progress of the Work, the
District, the District Engineer, or the Architect may require the Contractor and/or
subcontractors engaged in performance of the Work to attend a project meeting and
the Contractor will attend, and ensure the attendance of any subcontractors whose
attendance is required by the District and/or advisable in light of the matters to be
addressed at the meeting.
8.3 Contractor's Superintendent. The Contractor will keep on the Work, throughout its
progress, a competent superintendent and any necessary assistants, all satisfactory to
the District. The superintendent may not be changed without the consent of the
District. The superintendent will represent the Contractor and all directions given by
the District to the superintendent will bind the Contractor in accordance with the
Agreement. Superintendent time included in Contractor’s completed Bid Schedule
and/or in approved change orders, if any, must be included in Contractor’s approved
overhead rate and may not be charged as a direct cost.
8.4 Competent Employees. The Contractor must at all times enforce strict discipline and
good order among the Contractor’s employees and may not employ on the Work any
unfit person or anyone not skilled in the Work assigned, or anyone incompetent or unfit
for the duties of that person. When the District determines that a Contractor employee
CIVIC CENTER NORTH AND JOHN DUCKETT PS
GENERAL CONDITIONS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-39
does not satisfy the requirements of this provision, upon notice from the District, the
Contractor must ensure that employee performs no further Work and is no longer
present at the Work site. Any such Contractor employee may not again be employed
on the Work without District approval.
8.5 Items Necessary for Proper Completion of the Work. Except as otherwise noted in the
Contract Documents, the Contractor will provide and pay for all labor, materials,
equipment, permits, fees, licenses, facilities and services necessary for the proper
execution and timely completion of the Work in accordance with the Contract
Documents.
8.6 Construction Reports. The Contractor must submit daily construction reports detailing
the daily progress of the Work to the District Engineer on a weekly basis.
8.7 Subcontracting.
8.7.1
By executing the Agreement, the Contractor certifies that no subcontractor
included on the list of proposed subcontractors submitted with the Contractor’s
bid is ineligible to perform work on public works projects pursuant to California
Labor Code Sections 1777.1 or 1777.7. In accordance with California Public
Contract Code Section 6109(a), subcontractors who are ineligible to perform
work on public works projects pursuant to California Labor Code Sections
1777.1 or 1777.7 may neither bid on, be awarded or perform as a subcontractor
on the Work. In accordance with California Public Contract Code Section
6109(b), any contract on a public works project entered into between a
contractor and a debarred subcontractor is void as a matter of law. The
Contractor will ensure that no debarred subcontractor receives any public
money for performing the Work, and any public money that may have been paid
to a debarred subcontractor for the Work is returned to the District. The
Contractor will be responsible for payment of wages to workers of a debarred
subcontractor who has been allowed to perform the Work.
8.7.2
The Agreement and the performance of the Work are subject to the
requirements of the Subletting and Subcontracting Fair Practices Act codified at
California Public Contract Code Section 4100 and following. If the Contractor
fails to specify a subcontractor or specifies more than one subcontractor for the
same portion of the Work in excess of one-half of 1 percent of the Contractor’s
total bid, the Contractor agrees that the Contractor is fully qualified to perform
that portion of the Work with the Contractor’s own forces, and that the
Contractor will perform that portion of the Work with the Contractor’s own
forces. If after award of the Agreement the Contractor subcontracts, except as
provided for in California Public Contract Code Sections 4107 or 4109, any
such portion of the Work, the Contractor will be subject to the penalties set forth
in California Public Contract Code Sections 4110 and 4111, including
cancellation of the Agreement, assessment of a penalty of up to 10 percent of
the amount of the subcontract, and disciplinary action by the Contractors State
License Board.
8.7.3. No contractual relationship exists between the District and any subcontractor
engaged in performance of the Work.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
GENERAL CONDITIONS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-40
8.7.4
Incorporation of Contract Documents. The Contractor must incorporate the
Contract Documents in each contract with a subcontractor engaged in the
performance of the Work. The Contractor shall be solely responsible for any
delay or additional costs incurred as a result of its failure to provide adequate or
accurate project information to a subcontractor that results in improper
submittals and/or work, or time or other impacts is the sole responsibility of the
Contractor. The Contractor will have all of the obligations and the District will
have all of the remedies that are specified in Section 11.
8.7.5
Coordination of Subcontract Work: The Contractor is responsible for
scheduling the Work of subcontractors so as to avoid delay or injury to either
Work or materials.
8.8 Insurance.
8.8.1
All required insurance shall be provided in the form of “occurrence”-type
policies underwritten by admitted insurers in the State of California with a rating
of A or better from the current year Best Rating Guide. All policies must be
issued at the expense of the Contractor and must be maintained at the
Contractor’s expense throughout the performance of the Work. Coverage
should be maintained for a minimum of five (5) years after contract completion.
8.8.2
The Contractor and any subcontractors engaged in performance of the Work
must secure payment of workers compensation in accordance with California
Labor Code Section 3700 and other applicable law. The Contractor must verify
that all Subcontractors comply with this requirement.
8.8.3
Within fifteen (15) calendar days following Notice of Award the Contractor must
submit to the District along with executed copies of all other documents
specified in the Contract Check List certificates of insurance and endorsements
evidencing that the Contractor has in effect and will maintain throughout the
performance of the Work the following kinds and amounts of insurance:
8.8.3.1 Worker’s Compensation Insurance. In accordance with the provisions
of Article 5, Chapter 1, Part 7, Division 2 (commencing with Section
1860) and Chapter 4, Part 1, Division 4 (commencing with Section
3700) of the Labor Code of the State of California, the Contractor is
required to secure the payment of compensation to its employees and
for that purpose obtain and keep in effect adequate Workers'
Compensation Insurance. If the Contractor, in the sole discretion of the
District, satisfies the District of the responsibility and capacity under the
applicable Workers' Compensation Laws, if any, to act as self-insurer,
the Contractor may so act, and in such case, the insurance required by
this paragraph need not be provided. The Contractor is advised of the
provisions of Section 3700 of the Labor Code, which require every
employer to be insured against liability for Workers' Compensation or
to undertake self-insurance in accordance with the provisions of that
code, and shall comply with such provisions and have Employers'
Liability limits of $1,000,000 per accident and per employee, and in the
aggregate for injury by disease, before commencing the performance
of the work of this Contract. Before the Notice to Proceed with the
CIVIC CENTER NORTH AND JOHN DUCKETT PS
GENERAL CONDITIONS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-41
Work under this Contract is issued, the Contractor shall submit written
evidence that the Contractor has obtained for the period of the
Contract Workers' Compensation and Employer's Liability Insurance as
required for all persons whom it employs or may employ in carrying out
the work under this Contract. Such evidence of coverage shall be
accompanied by an endorsement from the insurer agreeing to waive all
rights of subrogation against the District, its officers, officials,
employees, agents and volunteers, the Design Consultants, the
Construction Manager and their agents, consultants and employees
which might arise by reason of any payment under the policy. This
insurance shall be in accordance with the requirements of the most
current and applicable State Workers' Compensation Insurance Laws.
8.8.3.2 Commercial General Liability and Automobile Liability Insurance - This
insurance shall protect the Contractor from claims for bodily injury,
personal injury and property damage which may arise because of the
nature of the work or from operations under this Contract. The
Commercial General Liability Insurance shall be maintained for five (5)
years after final completion and shall provide coverage on an
occurrence basis.
a. Additional Insureds - The Commercial General Liability and
Automobile Policies of insurance shall include as additional insureds or
be endorsed to contain the following provisions the "entities" listed
below and each of their partners, officers, officials, employees, agents
and volunteers are to be covered as insureds as respects: liability
arising out of activities performed by or on behalf of the Contractor;
products and completed operations of the Contractor; premises owned,
occupied or used by the Contractor and or automobiles owned, leased,
hired or borrowed by the Contractor. The coverage shall contain no
special limitation on the scope of protection afforded to the "entities"
and each of their partners, officers, officials, employees, agents and
volunteers and coverage provided to such additional insured. This
policy shall provide coverage to each of the said insureds with respect
to said work. Said policy shall provide primary coverage to the full limit
of liability stated in the declarations.
Las Gallinas Valley Sanitary District
300 Smith Ranch Road
San Rafael, CA 94903
Nute Engineering
Control Engineers
907 Mission Avenue
1095 S. Federal Way
San Rafael, CA 94901 Boise, ID 83705
Construction Manager: (To be selected by the District at a later date.)
b. (1) Amount of Coverage (General Contractor) - The bodily injury,
personal injury and property damage liability of the Commercial
General Liability insurance shall provide coverage in the following
limits of liability: $5,000,000 on account of anyone occurrence for
bodily injury and property damage, $5,000,000 personal and
advertising injury limit with an annual general aggregate limit of not
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-42
GENERAL CONDITIONS
JOB NO.10300-11/-09
less than $5,000,000, and $5,000,000 products and completed
operations aggregate, combined single limit. The Automobile Liability
insurance policy shall provide minimum limits of $5,000,000 per
accident for bodily injury and property damage and $5,000,000 policy
aggregate arising out of the ownership, maintenance, or use of any
owned or non-owned vehicles.
(2) Amount of Coverage for Subcontractors - The bodily injury,
personal injury and property damage liability of the Commercial
General Liability insurance shall provide coverage in the following
limits of liability: $3,000,000 on account of anyone occurrence for
bodily injury and property damage $3,000,000 personal and
advertising injury limit with an annual general aggregate limit of not
less than $3,000,000, and $3,000,000 products and completed
operations aggregate, combined single limit. The Automobile Liability
insurance policy shall provide minimum limits of $3,000,000 per
accident and $3,000,000 policy aggregate arising out of the ownership,
maintenance, or use of any owned or non-owned vehicles.
c. Subcontractors - The bodily injury and property damage liability
insurance shall not be deemed to require the Contractor to have its
subcontractors named as insureds in the Contractor's policy, but the
policy shall protect the Contractor from contingent liability which may
arise from operations of its subcontractors.
d. Included Coverage - The above Commercial General Liability
insurance shall also include the following coverage:
•
•
•
•
•
•
•
•
•
•
•
•
Premises – Operations
Independent Contractors
Products - Completed Operations
Personal Injury - (False Arrest, Libel, Wrongful Eviction, etc.)
Advertising Injury
Broad Form Property Damage, Including, Completed Operations
Separation of Insureds/Cross-Liability Provision
Duty to Defend all Insureds
Deletion of any Limitation on Coverage for Bodily Injury or
Property Damage Arising out of Subsidence or Soil or Earth
Movement
Separate Aggregate - A provision that the annual general
aggregate and the products and completed operations annual
aggregate shall apply separately to each project for which
Contractor provides services away from premises owned by or
rented to Contractor.
XCU - (Explosion, Collapse, and Underground Damage) is
applicable to operations performed by the Contractor or its
subcontractors.
Blanket Contractual Liability
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-43
GENERAL CONDITIONS
JOB NO.10300-11/-09
8.8.3.3 Commercial Umbrella Policy. The Commercial policy is to insure
losses above General liability, Employers liability, Auto liability, and
Contractor’s Pollution Legal liability limits. The Contractor may use an
umbrella policy to meet the limit requirements of Section 8.8.3.2.b(1).
However, any such umbrella/excess policy must be approved by the
District and maintain an A.M. Best Rating of no less than A:VII.
8.8.3.4 Builders Risk. (Not Required)
8.8.3.5 Contractor’s Pollution Legal Liability. Coverage for liability because of
third-party claims for bodily injury and/or property damage, including
insurance for remediation costs stemming from pollution incidents
resulting from the contractor’s operations.
8.8.4
The insurance furnished by the Contractor must be primary in the amount of
any loss.
8.8.5
Any deductibles or self-insured retentions must be declared to and approved by
the District.
8.8.6
See Appendix section for the required insurance endorsement forms and other
requirements.
8.8.7
For each insurance policy required under the Agreement except for the required
workers compensation insurance policy, the Contractor must provide
endorsements that add the District, its officers, officials, employees, and
volunteers, as an additional insured. Such endorsements must: provide that
the insurance required to be furnished by the Contractor will be primary as
regards the District, its officers, officials, employees, and volunteers, and that
the District’s insurance will be excess of and not contribute to the insurance
required to be furnished by the Contractor; that the District will receive 30calendar day written notice of any reduction or cancellation of such insurance
required to be furnished by the Contractor; and include a severability of interest
clause acceptable to the District. Said endorsement shall be at least as broad
as Insurance Services Office form number CG20 10 11 85 (Modified).
8.8.8
Contractor hereby grants to District a waiver of subrogation which any insurer
may acquire against District, its officers, officials, employees, and volunteers,
from Contractor by virtue of the payment of any loss. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of
subrogation but this provision applies regardless of whether or not the District
has received a waiver of subrogation endorsement from the insurer.
8.8.9
The Contractor shall not allow any subcontractor to commence work on its
subcontract until all similar insurance required of the subcontractor, except
Builder's Risk Insurance, has been obtained and verified by the Contractor and
submitted to the Construction Manager for the District's review and records.
Subcontractors shall furnish original certificates and required endorsements as
verification of insurance coverage. The insurance liability limits specified in
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-44
GENERAL CONDITIONS
JOB NO.10300-11/-09
Sections 8.8.3.2.a(2), shall also apply for all subcontractors listed in Section
LIST OF PROPOSED SUBCONTRACTORS. The Contractor shall designate
the required insurance liability limits for all other subcontractors.
8.8.10 Proof of Coverage - Before the Notice to Proceed with the Work under this
Contract is issued, the Contractor shall furnish the District with certificate(s)
evidencing issuance of all insurance mentioned herein, copies of the policy
declaration or information page(s) and additional insured endorsements. The
certificate(s) and endorsements for each insurance policy are to be signed by a
person authorized by that insurer to bind coverage on its behalf. The
endorsements are to be on forms as included in the appendix section or
equivalent endorsement forms acceptable to the District. The certificate(s),
policy declaration or information page(s), and endorsements are to be received
and approved by the District before work commences. Except for the waiver of
subrogation rights endorsements, no other endorsements are required for
Workers Compensation or Builder's Risk Insurance. Such certificates of
Insurance shall provide that the insurance policy shall be endorsed to state that
coverage shall not be suspended, voided, cancelled by either party, reduced in
coverage or limits except after thirty (30) calendar days prior written notice by
certified mail, return receipt requested, has been given to the District. Contractor
shall also provide certificate(s) evidencing renewals of all insurance required
herein, at least thirty (30) calendar days prior to the expiration date of any such
insurance.
Any deductibles or self-insured retentions must be declared to and approved by
the District. At the option of the District, either: the insurer shall reduce or
eliminate such deductibles or self-insured retentions as respects the District,
the Design Consultants and the Construction Manager and their officers,
officials, employees, agents and volunteers; or the Contractor shall procure a
bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses. In the event of the breach of any
provision of this paragraph, or in the event of any notices received which
indicates any required insurance coverage will be diminished or canceled,
District, at its option, may, notwithstanding any other provisions of this
Agreement to the contrary, immediately declare a material breach of this
Agreement and suspend all further work pursuant to this Agreement.
8.8.11 Insurance During Guarantee Period
For all work the Contractor or its subcontractors perform during the guarantee
period, workers compensation, and commercial general liability insurance in
the amounts and format required herein, shall remain in force and shall be
maintained for five (5) years after final completion.
8.9 Indemnities.
8.9.1
The Contractor will take all responsibility for the Work, and will bear all losses
and damages directly or indirectly resulting to the Contractor, any
subcontractors engaged in performance of the Work, the District, its officials,
officers, employees, agents, volunteers and consultants, and to third parties on
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-45
GENERAL CONDITIONS
JOB NO.10300-11/-09
account of the performance or character of the Work, unforeseen difficulties,
accidents, or occurrences of other causes predicated on active or passive
negligence of the Contractor or of any subcontractor engaged in performance of
the Work. To the fullest extent permitted by law the Contractor will indemnify,
defend and hold harmless the District, its officials, officers, employees, agents,
volunteers and consultants from and against any or all loss, liability, expense,
claims, costs (including costs of defense), suits, and damages of every kind,
nature and description (including, but not limited to, penalties resulting from
exposure to hazards in violation of the California Labor Code) directly or
indirectly arising from the performance of the Work (“Claims”).
8.9.2
The Contractor will indemnify, defend and hold harmless the District, the
District’s officials, officers, employees, volunteers, agents and the District
Engineer and Architect for all liability on account of any patent rights,
copyrights, trade names or other intellectual property rights that may apply to
the Contractor’s performance of the Work. The Contractor will pay all royalties
or other charges as a result of intellectual property rights that may apply to
methods, types of construction, processes, materials, or equipment used in the
performance of the Work, and will furnish written assurance satisfactory to the
District that any such charges have been paid.
8.9.3
The Contractor assumes all liability for any accident or accidents resulting to
any person or property as a result of inadequate protective devices for the
prevention of accidents in connection with the performance of the Work. The
Contractor will indemnify, defend, and hold harmless the District and its
officials, officers, employees, agents, volunteers and consultants from such
liability.
8.9.4
Approval of the Contractor’s certificates of insurance and/or endorsements
does not relieve the Contractor of liability under this Section 8.9. The
Contractor will defend, with legal counsel reasonably acceptable to the District,
any action or actions filed in connection with any Claims and will pay all related
costs and expenses, including attorney's fees incurred. The Contractor will
promptly pay any judgment rendered against the District, its officials, officers,
employees, agents, volunteers or consultants for any Claims. In the event the
District, its officials, officers, employees, agents, volunteers or consultants is
made a party to any action or proceeding filed or prosecuted against Contractor
for any Claims, Contractor agrees to pay the District, its officials, officers,
employees, agents, volunteers and consultants any and all costs and expenses
incurred in such action or proceeding, including but not limited to, reasonable
attorneys' fees.
8.9.5
In accordance with California Civil Code Section 2782(a), nothing in the
Agreement will be construed to indemnify the District for its sole negligence,
willful misconduct, or for defects in design furnished by District. In accordance
with California Civil Code Section 2782(b), nothing in the Agreement will be
construed to impose on the Contractor or to relieve the District from liability for
the District’s active negligence. By execution of the Contract Documents the
Contractor acknowledges and agrees that the Contractor has read and
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-46
GENERAL CONDITIONS
JOB NO.10300-11/-09
understands the insurance and other requirements of Agreement, and this
Section 8.9, which is a material element of consideration.
8.10 Licenses/Permits. The Contractor must, without additional expense to the District,
obtain all licenses, permits and other approvals required for the performance of the
Work.
8.11 California Labor Code Requirements.
8.11.1 In accordance with California Labor Code Section 1810, eight (8) hours of labor
in performance of the Work shall constitute a legal day’s work under the
Agreement.
8.11.2 In accordance with California Labor Code Section 1811, the time of service of
any worker employed in performance of the Work is limited to eight hours
during any one calendar day, and forty hours during any one calendar week,
except in accordance with California Labor Code Section 1815, which provides
that work in excess of eight hours during any one calendar day and forty hours
during any one calendar week is permitted upon compensation for all hours
worked in excess of eight hours during any one calendar day and forty hours
during any one calendar week at not less than one-and-one-half times the basic
rate of pay.
8.11.3 The Contractor and its subcontractors will forfeit as a penalty to the District $25
for each worker employed in the performance of the Work for each calendar
day during which the worker is required or permitted to work more than eight (8)
hours in any one calendar day, or more than forty (40) hours in any one
calendar week, in violation of the provisions of California Labor Code Section
1810 et seq.
8.11.4 In accordance with California Labor Code Section 1773.2, the District has
determined the general prevailing wages in the locality in which the Work is to
be performed for each craft or type of work needed to be as published by the
State of California Department of Industrial Relations, Division of Labor
Statistics and Research, a copy of which is on file in the office of the District
Engineer and shall be made available on request. The Contractor and
subcontractors engaged in the performance of the Work shall pay no less than
these rates to all persons engaged in performance of the Work.
8.11.5 In accordance with California Labor Code Section 1775, the Contractor and any
subcontractors engaged in performance of the Work must comply with Labor
Code Section 1775 which establishes a penalty of up to $50 per day for each
worker engaged in the performance of the Work that the Contractor or any
subcontractor pays less than the specified prevailing wage. The amount of
such penalty shall be determined by the Labor Commissioner. The Contractor
or subcontractor shall pay the difference between the prevailing wage rates and
the amount paid to each worker for each calendar day or portion thereof for
which each worker was paid less than the prevailing wage rate. If a
subcontractor worker engaged in performance of the Work is not paid the
general prevailing per diem wages by the subcontractor, the Contractor is not
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-47
GENERAL CONDITIONS
JOB NO.10300-11/-09
liable for any penalties therefore unless the Contractor had knowledge of that
failure or unless the Contractor fails to comply with all of the following
requirements:
8.11.5.1 The contract executed between the Contractor and the subcontractor
for the performance of part of the Work must include a copy of the
provisions of California Labor Code Sections 1771, 1775, 1776,
1777.5, 1813, and 1815.
8.11.5.2 The Contractor must monitor payment of the specified general
prevailing rate of per diem wages by the subcontractor by periodic
review of the subcontractor’s certified payroll records.
8.11.5.3 Upon becoming aware of a subcontractor’s failure to pay the specified
prevailing rate of wages, the Contractor must diligently take corrective
action to halt or rectify the failure, including, but not limited to, retaining
sufficient funds due the subcontractor for performance of the Work.
8.11.5.4 Prior to making final payment to the subcontractor, the Contractor must
obtain an affidavit signed under penalty of perjury from the
subcontractor that the subcontractor has paid the specified general
prevailing rate of per diem wages employees engaged in the
performance of the Work and any amounts due pursuant to California
Labor Code Section 1813.
8.11.6 In accordance with California Labor Code Section 1776, the Contractor and
each subcontractor engaged in performance of the Work, must keep accurate
payroll records showing the name, address, social security number, work
classification, straight time and overtime hours worked each day and week, and
the actual per diem wages paid to each journeyman, apprentice, worker, or
other employee employed in performance of the Work. Each payroll record
must contain or be verified by a written declaration that it is made under penalty
of perjury, stating that the information contained in the payroll record is true and
correct and that the employer has complied with the requirements of Sections
1771, 1811, and 1815 for any work performed by the employer’s employees on
the public works project. The payroll records required pursuant to California
Labor Code Section 1776 must be certified and must be available for inspection
by the District and its authorized representatives, the Division of Labor
Standards Enforcement, and the Division of Apprenticeship Standards of the
Department of Industrial Relations and must otherwise be available for
inspection in accordance with California Labor Code Section 1776.
8.11.7 In accordance with California Labor Code Section 1777.5, the Contractor, on
behalf of the Contractor and any subcontractors engaged in performance of the
Work, will be responsible for ensuring compliance with California Labor Code
Section 1777.5 governing employment and payment of apprentices on public
works contracts.
Apprentices - Prior to commencing the Work, Contractor shall comply with the
provisions of Labor Code 1777.5, including but not limited to the submission of
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-48
GENERAL CONDITIONS
JOB NO.10300-11/-09
contract award information to an applicable apprenticeship program that can
supply apprentices to the site of the Work. Such information shall include an
estimate of journeyman hours to be performed under this Contract, the number
of apprentices proposed to be employed, and the approximate dates the
apprentices would be employed. A copy of this information shall be submitted to
the District if requested by the District.
A determination by the Chief of the Division of Apprenticeship Standards that
Contractor or its subcontractors have knowingly violated Labor Code 1777.5
shall forfeit as a civil penalty an amount not exceeding one hundred dollars
($100) for each full calendar day of noncompliance. Contractor or its
subcontractor, who knowingly commits a second or subsequent violation of
Labor Code 1777.5 within a three-year period, where the noncompliance results
in apprenticeship training not being provided as required, shall forfeit as a civil
penalty the sum of not more than three hundred dollars ($300) for each full
calendar day of noncompliance. Upon the receipt of a determination that a civil
penalty has been imposed by the Chief of the Division of Apprenticeship
Standards, the District shall withhold the amount of the civil penalty from the
next progress payment then due or to become due Contractor.
8.11.8 In case it becomes necessary for the Contractor or any subcontractor engaged
in performance of the Work to employ on the Work any person in a trade or
occupation (except executive, supervisory, administrative, clerical, or other
non-manual workers as such) for which no minimum wage rate has been
determined by the Director of the Department of Industrial Relations, the
Contractor must pay the minimum rate of wages specified therein for the
classification which most nearly corresponds to Work to be performed by that
person. The minimum rate thus furnished will be applicable as a minimum for
such trade or occupation from the time of the initial employment of the person
affected and during the continuance of such employment.
8.11.9 Labor Discrimination. Attention is directed to Section 1735 of the Labor Code,
which reads as follows:
"No discrimination shall be made in the employment of persons upon public
works because of the race, religious creed, color, national origin, ancestry,
physical disability, mental disability, medical condition, marital status, sex, age
or sexual orientation of such persons, except as provided in Section 12940 of
the Government Code, and every contractor for public works violating this
section is subject to all the penalties imposed for violation of this chapter."
8.11.10 Receipt of Workers' Wages, Fee for Registering or Placing Persons In Public
Works - Attention is directed to the provisions of sections 1778 and 1779 of the
California Labor Code, which read as follows:
"Section 1778. Every person, who individually or as a representative of an
awarding or public body or officer, or as a contractor or subcontractor doing
public work, or agent or officer thereof, who takes, receives or conspires with
another to take or receive, for its own use or the use of any other person any
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-49
GENERAL CONDITIONS
JOB NO.10300-11/-09
portion of the wages of any workman or working subcontractor, in connection
with services rendered upon any public work is guilty of a felony."
"Section 1779. Any person or agent or officer thereof who charges, collects, or
attempts to charge or collect, directly or indirectly, a fee or valuable
consideration for registering any person for public work, or for giving
information as to where such employment may be procured, or for placing,
assisting in placing, or attempting to place, any person in public work, whether
the person is to work directly for the state, or any political subdivision or for a
contractor or subcontractor doing public work is guilty of a misdemeanor."
8.12 Laws and Ordinances. The Contractor and all subcontractors engaged in the
performance of the Work must conform to the following specific rules and regulations
as well as all other laws, ordinances, rules and regulations that apply to the Work.
Nothing in the Technical Specifications or Drawings is to be construed to permit Work
not conforming to these codes:
National Electrical Safety Code, U. S. Department of Commerce
National Board of Fire Underwriters' Regulations
California Building Standards Code as adopted by the District
Manual of Accident Prevention in Construction, latest edition, published by
A.G.C. of America
Industrial Accident Commission's Safety Orders, State of California
Regulations of the State Fire Marshall (Title 19, California Code of Regulation) and
Applicable Local Fire Safety Codes
Labor Code of the State of California - Division 2, Part 7, Public Works and Public
Agencies.
8.13 Guaranty. The Contractor guarantees all of the Work for one year from the date the
District accepts the Work. Upon receiving written notice of a need for repairs which are
directly attributable to defective materials or workmanship the Contractor must make
good any defects arising or discovered in any part of the Work by diligently
commencing the necessary repairs within seven (7) calendar days from the date of
notice from the District. If the Contractor fails to make good any defects in the Work in
accordance with this provision, in addition to any other available remedy under the
contract or at law or equity, the District may make good or have made good such
defects in the Work and deduct the cost from amounts that may be due or become due
the Contractor, and/or call on the Contractor’s maintenance bond for the cost of making
good such defects and for the District’s reasonable legal costs, if any, of recovering
against the bond. The Contractor shall remain responsible for repairing any Work
found to be defective regardless of when such defect is discovered by the District. See
Drawings for other Guaranty/Warrantee requirements for the project.
8.14 Safety.
8.14.1 Contractor's Safety Responsibility - The Contractor shall be solely and
completely responsible for conditions of the jobsite, including safety of all
persons and property during performance of the Work. This requirement shall
apply continuously and not be limited to normal working hours. Safety
provisions shall conform to U.S. Department of Labor (OSHA), the California
Occupational Safety and Health Act (CalOSHA), and all other applicable
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-50
GENERAL CONDITIONS
JOB NO.10300-11/-09
Federal, State, County, and local laws, ordinances, codes, including but not
limited to the requirements set forth below, and any regulations that may be
detailed in other parts of these Contract Documents. In the event of conflicting
requirements, the most stringent requirement as it pertains to the Contractor’s
safety responsibility, shall be followed by the Contractor.
No provision of the Contract Documents shall act to make the District, the
Construction Manager, Design Consultant or any other party than the
Contractor responsible for safety. The Contractor agrees that for purposes of
California Labor Code Section 6400 and related provisions of law the
Contractor, the Contractor's privities and any other entities acting pursuant to
this contract will be “employers” responsible for furnishing employment and a
place of employment that is safe and healthful for the employees, if any, of such
entities acting pursuant to this contract and that neither the District nor the
Construction Manager, Design Consultant or their respective officers, officials,
employees, agents or volunteers or other authorized representatives will be
responsible for having hazards corrected and /or removed at the location(s)
where the work is to be performed. The Contractor agrees that neither the
District nor the Construction Manager, Design Consultant or their respective
officers, officials, employees, agents or volunteers or other authorized
representatives will be responsible for taking steps to protect the Contractor's
employees from such hazards, or for instructing the Contractor's employees to
recognize such hazards or to avoid the associated dangers. The Contractor
agrees that with respect to the work to be performed under this contract and the
location(s) where such work is to be performed, the Contractor will be
responsible for not creating hazards, and for having hazards corrected and/or
removed. The Contractor agrees that through the safety obligations contained
in this contract and the Contractor's own inspection of the site(s) where the
contract work is to be performed, the Contractor is aware and has been notified
of the hazards to which the Contractor's employees may be exposed in the
performance of contract work. The Contractor has taken and/or will take
appropriate, feasible steps to protect the Contractor's employees from such
hazards, and has instructed and/or will instruct its employees to recognize such
hazards and how to avoid the associated dangers. The Contractor agrees that
neither the District nor the Construction Manager, Design Consultant or their
respective officers, officials, employees, agents or volunteers or other
authorized representatives will be “employers” pursuant to California Labor
Code Section 6400 and related provisions of law with respect to the Contractor,
the Contractor's privities or other entities acting pursuant to this contract.
8.14.2 Review and inspection by the District, the District Engineer, the Architect or
Engineer, and/or other representatives of the District of the Contractor's
performance of the Work will not constitute review of the adequacy of the
Contractor's safety measures in, on, or near the Work site. Such reviews and
inspections do not relieve the Contractor of any of the Contractor’s obligations
under the Contract Documents and applicable law to ensure that the Work site
is maintained and the Work is performed in a safe manner.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-51
GENERAL CONDITIONS
JOB NO.10300-11/-09
8.14.3 The Contractor will be solely responsible for the implementation and
maintenance of safety programs to ensure that the Work site is maintained and
the Work is performed in a safe manner in accordance with the Contract
Documents and applicable law.
8.14.4 Safety Plan - Within fifteen (15) calendar days following Notice of Award the
Contractor must submit to the District a copy of the Contractor’s Safety Plan.
The Contractor shall establish, implement, and maintain a written injury
prevention program as required by Labor Code Section 6401.7. Before
beginning the Work, the Contractor shall prepare and file with the Construction
Manager a written Contractor Safety Plan that provides for the implementation
of all of the Contractor's safety responsibilities in connection with the Work at
the Project site. The coordination of that program and its associated procedures
and precautions with safety plans, precautions and procedures of each of its
subcontractors and other Contractors performing work at the Project site. The
Contractor shall be solely responsible for initiating, maintaining, monitoring,
coordinating, and supervising all safety plans, precautions, and procedures in
connection with the Work and for coordinating its programs, precautions, and
procedures of the other contractors and subcontractors performing the Work at
the Project site. The Safety Plan should contain all the necessary elements for
the Contractor to administer its program on the Project site. At a minimum, this
written Safety Plan shall address the elements required by Labor Code Section
6401.7.
The Contractor's compliance with requirements for safety and/or the
Construction Manager's review of the Contractor's Safety Plan shall not relieve
or decrease the liability of the Contractor for safety. The Construction
Manager's review of the Contractor's Safety Plan is only to determine if the
above listed elements are included in the program.
8.14.5 The Contractor must furnish and place proper guards and systems for the
prevention of accidents, including, but not limited to, those systems required
pursuant to Title 8, Section 1670 and following of the California Code of
Regulations concerning safety belts and nets. The Contractor must provide
and maintain any other necessary systems or devices required to secure safety
of life or property at the Work site in accordance with accepted standards of the
industry and applicable law. The Contractor must maintain during all night hours
sufficient lights to prevent accident or damage to life or property.
8.14.6 The Contractor must comply with the District’s Confined Space Entry Program
shown in the Appendix section of the Contract Documents.
8.14.7 The Contractor shall indemnify, defend and hold District and Construction
Manager, Design Consultant and their respective officers, officials, employees,
agents and volunteers or other authorized representatives harmless to the full
extent permitted by law concerning liability related to the Contractor’s safety
obligations in accordance with the indemnification section of the Contract
Documents.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-52
GENERAL CONDITIONS
JOB NO.10300-11/-09
If death or serious injuries or serious damages are caused, the accident shall
be reported immediately by telephone or messenger to both the Construction
Manager and the District. In addition, the Contractor shall furnish the
Construction Manager with a copy of the Employer's Report of Injury
immediately following any incident requiring the filing of said report during the
prosecution of the Work under this Contract. The Contractor shall also furnish
the Construction Manager with a copy of the Employer's Report of Injury
involving any subcontractors on this Project. The Contractor shall make all
reports as are, or may be, required by any authority having jurisdiction, and
permit all safety inspections of the Work being performed under this Contract.
If a claim is made by anyone against the Contractor or any subcontractor on
account of any accident, the Contractor shall promptly report the facts in writing
to the Construction Manager, giving full details of the claim.
8.14.8 Safety Supervisor - The Contractor shall appoint an employee as safety
supervisor who is qualified and authorized to supervise and enforce compliance
with the Safety Program. The Contractor shall notify the Construction Manager
in writing prior to the commencement of work of the name of the person who
will act as the Contractor's Safety Supervisor and furnish the safety supervisor's
resume to the Construction Manager.
Contractor will, through and with its Safety Supervisor ensure that all of its
employees, and its subcontractors of any tier, fully comply with the Project
Safety Policies. The Safety Supervisor shall be a full-time employee of the
Contractor whose responsibility shall be for supervising compliance with
applicable safety requirements on the Project site and for developing and
implementing safety training classes for all job personnel. The District shall
have the authority to require removal of the Contractor's Safety Supervisor if the
representative is judged to be improperly or inadequately performing the duties;
however, this authority shall not in any way affect the Contractor's sole
responsibility for performing this work safely, nor shall it impose any obligation
upon the District to ensure the Contractor performs its work safely.
8.14.9 Safety and Protection - The Contractor shall take all necessary precautions to
prevent damage, injury, and loss to:
•
•
•
All employees on the Project, employees of all subcontractors, and other
persons and organizations who may be affected thereby;
All the Work and materials and equipment to be incorporated therein,
whether in storage on or off the site; and
Other property at the site or adjacent thereto, including trees, shrubs,
lawns, walks, wetlands, pavements, roadways, structures, utilities, and
underground facilities not designated for removal, relocation, or
replacement in the course of construction, even if not shown on the
Contract Drawings.
The Contractor shall comply with all applicable laws and regulations of any
public body having jurisdiction for the safety of persons or property or to protect
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-53
GENERAL CONDITIONS
JOB NO.10300-11/-09
them from damage, injury or loss and shall erect and maintain all necessary
safeguards for such safety and protection. The Contractor shall notify owners
of adjacent property and of underground facilities and utility districts when
prosecution of the Work may affect them and shall cooperate with them in the
protection, removal, relocation, and replacement of their property. All damage,
injury or loss to any property caused, directly or indirectly, in whole or in part, by
the Contractor, any subcontractor, supplier or any other person or organization
directly or indirectly employed by any of them to perform or furnish any of the
Work or anyone for whose acts any of them may be liable, shall be remedied by
the Contractor, and the Contractor shall be responsible for any direct or indirect
costs resulting from such damage, injury or loss.
8.14.10
Excavation Safety - In accordance with the provisions of Section 6705 of
the Labor Code, the Contractor shall submit, in advance of excavation of any
trench or trenches five feet or more in depth, a detailed plan showing the design
of shoring, bracing, sloping, or other provisions to be made for worker
protection from the hazard of caving ground during the excavation of such
trench or trenches. If such plans vary from the shoring system standards set
forth in the Construction Safety Orders of the Division of Industrial Safety in
Title 8, Subchapter 4, Article 6, California Code of Regulations, the plans shall
be prepared and signed by a registered civil or structural engineer employed by
the Contractor, and all costs therefor shall be included in the price named in the
Contract for completion of the work as set forth in the Contract Documents.
Nothing in this section shall be deemed to allow the use of a shoring, bracing,
sloping, or other protective system less effective than that required by the
Construction Safety Orders. Nothing in this section shall be construed to
impose a tort liability on the District, the Design Consultant, the Construction
Manager, nor any of their officers, officials, employees, agents, consultants or
volunteers. The District's review of the Contractor's excavation plan is only for
general conformance to the Construction Safety Orders.
Prior to commencing any excavation, the Contractor shall designate in writing to
the Construction Manager the "competent person(s)" with the authority and
responsibilities designated in the Construction Safety Orders.
8.14.11
Safety Emergencies - In emergencies affecting the safety or protection of
persons or the Work or property at the Project site or adjacent thereto, the
Contractor, without special instruction or authorization from the Construction
Manager, is obligated to act to prevent threatened damage, injury or loss. The
Contractor shall give the Construction Manager prompt written notice if the
Contractor believes that any significant changes in the Work or variations from
the Contract Documents have been caused thereby.
8.14.12
Safety Violations - Should the Contractor fail to correct an unsafe
condition, the District shall have the right to notify the Contractor through the
Construction Manager that an unsafe condition may exist and must be
corrected or the work in question can be stopped in accordance with Section
7.8, Suspension of Work until the condition is corrected to the satisfaction of the
District. No extension of time or additional compensation will be granted as a
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-54
GENERAL CONDITIONS
JOB NO.10300-11/-09
result of any stop order so issued. The notification and suspension of such
work or the failure to provide such notification and suspension by the District
shall not relieve the Contractor of its sole responsibility and liability for safety
and the correction of any unsafe conditions.
The District shall have the authority to require the removal from the project of
any worker and the foreman and/or superintendent in responsible charge of the
work where safety violations occur.
8.14.13
Equipment Safety Provisions - The completed Work shall include all
necessary permanent safety devices, such as machinery guards and similar
safety items, required by the State and Federal (OSHA) industrial authorities
and applicable local and national codes. Further, any features of the Work,
including District -selected equipment, subject to such safety regulations shall
be fabricated, furnished, and installed in compliance with these requirements.
All equipment furnished shall be grounded and provided guards and protection
as required by safety codes. Where vapor-tight or explosion-proof electrical
installation is required by safety codes, this shall be provided. Contractors and
manufacturers of equipment shall be held responsible for compliance with the
requirements included herein. The Contractor shall notify all equipment
suppliers and subcontractors of the provisions of this paragraph.
8.14.14
Confined Spaces – The Project requires work in confined spaces and
requires compliance with CAL/OSHA and Federal OSHA requirements.
Confined spaces for the purposes of this section shall be as defined by the
Division of Industrial Safety. Notwithstanding any classifications relative to the
Tunnel Safety Orders, work within confined spaces of this project is subject to
the definitions and applicable provisions of Section 5156 et. seq., Title 8,
Division 1, Chapter 4, Subchapter 7, Group 16, Article 108 of California Code of
Regulations.
Entry into existing “permit” confined spaces as defined by OSHA shall be
allowed only in compliance with a confined space entry permit program by the
Contractor that meets the requirements of CAL/OSHA Section 5157. While the
District has identified certain existing facilities as confined spaces other
confined spaces may exist on the Project. It shall be the responsibility of the
Contractor to identify and classify these confined spaces.
Sources of ignition, including smoking, shall be prohibited in any confined
space.
It is anticipated that the Contractor may encounter hazardous conditions within
these confined spaces which include, but are not limited to the following:
A.
Exposure to hydrogen sulfide, methane, carbon dioxide and other gases
and vapors commonly found in municipal sewers which could have or has
the potential of having Immediate Danger to Life or Health Conditions
(IDLH).
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-55
GENERAL CONDITIONS
JOB NO.10300-11/-09
B.
Exposure to atmosphere containing insufficient oxygen to support human
life.
C.
Exposure to combustible, flammable and/or explosive atmosphere.
D.
Exposure to sewage which may contain bacteriological, chemical and
other constituents harmful to humans.
E.
Work in conditions where engulfment or entrapment may occur.
F.
Work in environments which may be slippery and/or have uneven work
surfaces.
G.
Work in structures which have limited and/or restricted access and
egress.
H.
Work in structures where workers may trip, slip and/or fall several feet.
I.
See Appendices “Contractor Safe Work Requirements” and “Confined
Space Entry Program” for additional requirements. Copies of confined
space permits shall be submitted to the District weekly.
8.14.15
Construction Activity Permits - The Contractor must submit a copy of its
respective current DOSH permit before beginning work on any the following
construction activities:
A.
Construction of trenches or excavations which are five feet or deeper and
into which a person is required to descend.
B.
Construction of any building, structure, scaffolding or falsework more than
three stories high or the equivalent height (36 feet).
C.
Demolition of any building or structure, or dismantling of scaffolding or
falsework more than three stories high or the equivalent height (36 feet).
D.
Erection or dismantling of vertical shoring systems more than three
stories high, or the equivalent height (36 feet).
8.14.16
Public Safety and Convenience – In accordance with the provisions of
Section 6500 of the Labor Code the Contractor shall conduct his work so as to
ensure the least possible obstruction to traffic and inconvenience to the general
public and the residents in the vicinity of the Work and to ensure the protection
of persons and property. No road or street shall be closed to the public except
with the permission of the Construction Manager and the proper governmental
authority. Fire hydrants on or adjacent to the Work shall be accessible to
firefighting equipment. Temporary provisions shall be made by the Contractor
to ensure the use of sidewalks, private and public driveways and proper
functioning of gutters, sewer inlets, drainage ditches and culverts, irrigation
ditches and natural water courses. To the maximum extent permitted by law,
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-56
GENERAL CONDITIONS
JOB NO.10300-11/-09
Contractor shall indemnify, hold harmless and defend District from any and all
liability, including attorneys’ fees and costs of litigation, arising from any failure
to comply with this section by Contractor or its privities.
8.15 Assignment of Unfair Business Practice Claims. In accordance with California Public
Contract Code Section 7103.5, the Contractor and any subcontractors offer and agree
to assign to the District all rights, title, and interest in and to all causes of action the
Contractor or any subcontractors may have under Section 4 of the Clayton Act (15
U.S.C. § 15) or under the Cartwright Act (Chapter 2 (commencing with § 16700) of
Part 2 of Division 7 of the Business and Professions Code), arising from purchases of
goods, services or materials pursuant to this contract. This assignment shall be made
and become effective at the time the District tenders final payment to the Contractor,
without further acknowledgement by the parties.
9. MEASUREMENT AND PAYMENT
9.1
F.O.B. All shipments must be F.O.B. destination to the Work site and/or other sites
indicated in the Contract Documents. The Contract Price is all-inclusive (including
sales tax). There shall be no additional compensation paid for containers, packing,
unpacking, drayage or insurance.
9.2 Payment
9.2.1
On or about the first day of each calendar month the Contractor will submit to
the District Engineer a verified application for payment and schedule of values
supported by a statement showing all materials actually installed during the
preceding month and the cost of labor actually expended in the performance of
the Work. Unless otherwise provided in the Contract Documents, no
allowances or payments will be made for material or equipment not placed at
the Work site.
9.2.2
To be eligible for payment the Contractor’s applications for payment must
include certified payroll reports prepared in accordance with California Labor
Code Section 1776 and the Agreement for each employee of the Contractor
and any subcontractors engaged in the performance of the Work during the
preceding months, applications for payment will not be processed without
certified payroll reports.
9.2.3
In accordance with California Public Contract Code Section 20104.50, the
District will review applications for payment as soon as practicable after receipt.
Any application or part of an application that is determined to be improper will
be returned to the Contractor as soon as practicable, but no later than seven (7)
calendar days after receipt by the District, along with a written description of the
reasons why the application is improper. The Contractor’s failure to submit a
schedule in the time specified in Section 3.8, or its submission of a schedule to
which the District has taken any uncorrected exception, shall serve as a basis
for returning an application for payment in its entirety.
9.2.4
Unless the Contractor has elected to post securities in lieu of retention in
accordance with California Public Contract Code Section 22300 and the
Agreement, and the Contractor and the District have executed an escrow
CIVIC CENTER NORTH AND JOHN DUCKETT PS
GENERAL CONDITIONS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-57
agreement in accordance with the Public Contract Code and the Agreement,
the District will make progress payments to the Contractor in accordance with
applicable law in the amount of ninety (90) percent of the value of the labor
actually performed and the material incorporated in the Work as specified in
Contractor’s verified application for payment upon approval by the District’s
authorized representative(s). Payment of progress payments will not be
construed as acceptance of the Work performed. If the Contractor has elected
to post securities in lieu of retention in accordance with Public Contract Code
Section 22300 and the Agreement and the Contractor and the District have
executed an escrow agreement in accordance with the Public Contract Code
and the Agreement, the District will make payments to the Contractor or the
Contractor’s escrow agent in accordance with such escrow agreement.
9.2.5
The District will pay the Contractor’s final invoice in accordance with applicable
law and this Section 9 following acceptance of the Work provided that:
9.2.5.1 The Contractor has furnished evidence satisfactory to the District that
all claims for labor and material have been paid, or the time for filing
valid stop notices has passed and no stop notices have been filed, or
all stop notices filed have been released by valid release or release
bond acceptable to the District.
9.2.5.2 No claim has been presented to the District by any person based upon
any acts or omissions of the Contractor or any subcontractor engaged
in the performance of the Work.
9.2.5.3 No other claim or dispute exists under the Agreement or applicable law
concerning payment of the Contractor’s final invoice and/or release of
the Agreement retention.
9.2.5.4 The Contractor has filed with the District the Maintenance Bond
provided in the Contract Documents with duly notarized signatures of
an authorized representative of the Contractor and an attorney-in-fact
of an admitted surety insurer acceptable to the District and such
Maintenance Bond binds the Contractor as Principal and the Surety in
accordance with its terms in the amount of 10% of the final Contract
Price.
9.2.5.5 The Contractor’s application for final payment contains a written waiver
of all claims against the District of which the Contractor may not yet
asserted at the time of the submission of the application for final
payment.
9.2.6
In accordance with California Public Contract Code Section 20104.50, if the
District fails to make a progress payment within thirty (30) calendar days of
receipt of an undisputed, properly submitted application for payment, the
District will pay the Contractor interest equivalent to the legal rate set forth in
subdivision (a) of California Code of Civil Procedure Section 685.010. The
number of calendar days available to the District to make a payment without
incurring an interest obligation pursuant to this provision and California Public
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-58
GENERAL CONDITIONS
JOB NO.10300-11/-09
Contract Code Section 20104.50 will be reduced by the number of calendar
days, if any, by which the District has delayed return of an application for
payment beyond the seven day return requirement set forth in Section 9.2.5.
9.3
Non-Allowable Direct Charges. The following costs are not allowable direct charges
under the Agreement. The following costs may only be paid under the Agreement, if at
all, as part of any allowance for contractor overhead and/or profit established under the
Agreement.
9.3.1
Labor costs in excess of applicable prevailing wages pursuant to the
Agreement and applicable law, liability and workers compensation insurance,
social security, retirement and unemployment insurance and other employee
compensation and benefits pursuant to bona fide compensation plans in effect
at the time specified for the opening of Project bids for contractor and
subcontractor employees engaged in the performance of the Work. However,
in no event will allowable direct labor charges under the agreement include
employee bonuses, employee vehicles or vehicle allowances, employee
telephones or telephone allowances, or employee housing or housing
allowances, whether or not such benefits are part of a bona fide compensation
plan in effect at the time specified for the opening of Project bids.
9.3.2
Superintendent labor and clerical labor.
9.3.3
Bond premiums
9.3.4
Insurance in excess of that required under Section 8.8
9.3.5
Utility costs
9.3.6
Work Site office expenses
9.3.7
Home office expenses.
9.4 Withhold. The District or its agent may, in accordance with the Contract Documents
and applicable law, withhold any payment of monies due or that may become due the
Contractor because of:
9.4.1
Defective work not remedied or uncompleted work.
9.4.2
Claims filed or reasonable evidence indicating probable filing of claims.
9.4.3
Failure to properly pay subcontractors or to pay for material or labor.
9.4.4
Reasonable doubt that the Work can be completed for the balance then unpaid.
9.4.5
Damage to another contractor.
9.4.6
Damage to the District.
9.4.7
Damage to a third party.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-59
GENERAL CONDITIONS
JOB NO.10300-11/-09
9.4.8
Delay in the progress of the Work, which, in the District’s judgment, is due to
the failure of the Contractor to properly expedite the Work.
9.4.9
Liquidated damages or other charges that apply to the Contractor under the
Agreement.
9.4.10 Any other lawful basis for withholding payment under the contract.
9.4.11 Failure of the Contractor to maintain record documents and as-built drawings.
9.4.12 Cost of insurance arranged by the District due to cancellation or reduction of
the Contractor's insurance.
9.4.13 Failure to submit, revise, resubmit or otherwise conform to the requirements
herein for preparing and maintaining a construction schedule.
9.4.14 Failure to make proper submissions, as specified herein.
9.4.15 Stop Notice claims filed by Contractor’s subcontractors, of any tier, or its
material suppliers.
9.4.16 Provisions of law that enable or require the District to withhold such payments
in whole or in part.
9.4.17 Failure to comply with environmental or other regulatory requirements.
9.4.18 Failure of Contractor to submit Operation and Maintenance Manuals.
9.5 Securities in Lieu of Retention.
9.5.1
In accordance with Public Contract Code Section 22300, except where federal
regulations or polices do not permit substitution of securities, the Contractor
may substitute securities for any moneys withheld by the District to ensure
performance of the Work. At the Contractor’s request and expense, securities
equivalent to the amount withheld will be deposited with the District, or with a
state or federally chartered bank in California as the escrow agent, who will
then pay those moneys to the Contractor under the terms of an Escrow for
Security Deposit agreement. The Escrow for Security Deposit agreement is
provided in the Contract Documents. Upon satisfactory completion of the Work,
the securities will be returned to the Contractor.
9.5.2
Alternatively, at the Contractor’s request and expense, the District will pay
retentions earned directly to the escrow agent. At the Contractor’s expense,
the Contractor may direct investment of the payments into securities. Upon
satisfactory completion of the Work, the Contractor will receive from the escrow
agent all securities, interest, and payments received by the escrow agent from
the District pursuant to this provision and the terms of the Escrow for Security
Deposit agreement. The Contractor will, within twenty (20) working days of
receipt of payment, pay to each subcontractor the respective amount of interest
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-60
GENERAL CONDITIONS
JOB NO.10300-11/-09
earned, less costs of retention withheld from each Subcontractor, on monies
withheld to ensure the Contractor’s performance of the Work.
9.5.3
Securities eligible for investment in accordance with this provision include those
listed in Government Code Section 16430, bank or savings and loan certificates
of deposit, interest bearing demand deposit accounts, standby letters of credit,
or any other security mutually agreed to by the Contractor and the District.
9.5.4
The Contractor will be the beneficial owner of any securities substituted for
moneys withheld and will receive any interest thereon.
10. PROJECT ACCEPTANCE AND CLOSEOUT
10.1 Occupancy. The District reserves the right to occupy or use any part or parts or the
entire of the Work before the Work is fully performed. Subject to applicable law,
exercising this right will in no way constitute acceptance of any part of the Work so
occupied or used or acceptance of the entire Work, nor will such occupancy or use in
any way affect the times when payments will become due the Contractor, nor will such
occupancy or use in any way prejudice the District’s rights under the Agreement, any
Agreement bonds, or at law or equity. Occupancy or use shall not waive the District’s
rights to assess liquidated damages in accordance with Section 7 after the date of
such occupancy or use.
10.2 Work Completion and Final Inspection. When the Contractor considers the Work is
completed, the Contractor will submit written certification to the District Engineer
specifying that: the Contract Documents have been reviewed; the Work has been
inspected for compliance with the Contract Documents; the Work has been completed
in accordance with the Contract Documents; and that equipment and systems have
been tested in the presence of the District’s representative and are operational. The
District and/or the District’s authorized representatives will make an inspection to verify
that the Work is complete and will notify the Contractor in writing of any incomplete or
deficient Work. The Contractor will take immediate steps to remedy the stated
deficiencies and give notice of correction to the District Engineer. Upon receiving a
notice of correction, the District or the District’s authorized representatives will reinspect the Work. The Contractor must correct all punch list items within 15 working
days after the issuance of the punch list. Before acceptance of the Work the
Contractor must submit: one set of reproducible mylars of the Project Record Drawings
(As-Builts), and any equipment operating and maintenance instructions and data,
warranties.
10.3 Work Acceptance.
10.3.1 All finished Work will be subject to inspection and acceptance or rejection by
the District, the District Engineer, and the Architect or Engineer and other
government agencies having jurisdiction over the Work. Final acceptance of
the Work will be at the discretion of the District.
10.3.2 The District will accept the Work in writing only when the Work has been
completed to the District’s reasonable satisfaction. Progress payments will in
no way be construed as acceptance of any part of the Work.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-61
GENERAL CONDITIONS
JOB NO.10300-11/-09
10.3.3 In evaluating the Work, no allowance will be made for deviations from the
Technical Specifications, Drawings or other Contract Documents unless already
approved in writing in accordance with the requirements of Section 4, above.
10.3.4 The fact that the Work and materials have been inspected from time to time and
that progress payments have been made does not relieve the Contractor of the
responsibility of replacing and making good any defective or omitted work or
materials in accordance with the requirements of the Contract Documents.
11. REMEDIES AND DISPUTES
11.1 Failure to Correct Work. Within ten (10) working days of receiving written notice from
the District describing Work that is defective or that is otherwise not in accordance with
the requirements of the Agreement and/or applicable law and directing that such Work
be corrected, the Contractor and/or the Contractor’s sureties must give the District
written notice of the intent of the Contractor and/or the Contractor’s sureties to correct
such Work and commence correction of such Work in accordance with the District’s
notice and the Agreement. If the Contractor and/or the Contractor’s sureties do not
give the District written notice of intent to correct such Work and commence correction
of such Work within ten (10) working days of receipt of the District’s notice, then the
District may correct such work and/or have such work corrected for the account and at
the expense of the Contractor and/or its sureties, and the Contractor and/or its sureties
will be liable to the District for any resulting excess cost. The District may, in addition
to all other remedies that the District may have under the Agreement and at law or
equity, deduct any such excess cost of completing the Work from amounts that are
due or that may become due the contractor.
11.2 Termination.
11.2.1 In accordance with California Public Contract Code Section 7105, in addition to
all other available remedies that the District may have under the Agreement,
and at law or equity, the District may terminate the Contractor’s control of the
Work:
11.2.1.1 If the Contractor or any of its subcontractors engaged in the
performance of the Work fails to timely perform the Work and/or any of
the Contractor’s material obligations under the Contract Documents,
including but not limited to submission of an acceptable schedule, that
have accrued except for due to reasons beyond the control of the
Contractor pursuant to the Contract Documents.
11.2.1.2 If the Contractor is adjudged bankrupt, or if it should make a general
assignment for the benefit of creditors, or if a receiver should be
appointed on account of its creditors.
11.2.1.3 If the Contractor or any of the subcontractors engaged in the
performance of the Work persistently or repeatedly refuses or fails to
supply enough properly skilled workmen or proper materials for the
timely completion of the Work.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-62
GENERAL CONDITIONS
JOB NO.10300-11/-09
11.2.1.4 If the Contractor fails to make prompt payment to subcontractors
engaged in the performance of the Work or for material or labor used
in the performance of the Work in accordance with the Contract
Documents and applicable law.
11.2.1.5 If the Contractor or any subcontractors engaged in the performance of
the Work persistently disregards laws or ordinances applicable to the
performance of the Work, or the instructions of the District, the District
Engineer, the Architect, or other authorized representatives of the
District.
11.2.1.6 For any reason or for no reason, at the District’s sole discretion.
11.2.2 If the District intends to terminate the Contractor’s control of the Work for any of
the reasons specified in Sections 11.2.1.1 through 11.2.1.5, above, the District
will immediately serve written notice to the Contractor and its sureties in
accordance with the Contract Documents. Notice of the District’s intent to
terminate the Contractor’s control of the Work will be given by registered or
certified mail and specify the grounds for termination, the required cure and the
time by which the cure must be effected. Upon receipt of notice of the District’s
intent to terminate the Contractor’s control of the Work for any of the reasons
specified in provisions 11.2.1.1 through 11.2.1.5, above, the Contractor will
have ten (10) working days from receipt of the notice or a longer time specified
in the notice to cure its default. If the Contractor does not effect the required
cure by the time specified in the notice, the District will issue a written notice of
termination to the Contractor and its sureties by registered or certified mail.
The notice of termination will specify: that upon receipt of the notice the
Contractor’s right to perform or complete the Work, including on behalf of the
Contractor’s sureties, is terminated; that the Contractor’s sureties will have the
right to take over and complete the Work and perform all of the Contractor’s
remaining obligations that have accrued under the Agreement; and that if the
Contractor’s sureties do not both give the District written notice of their intention
to take over and perform the Agreement and commence completion of the
Work and performance of all of the Contractor’s remaining obligations that have
accrued under the Agreement within ten (10) working days after receipt of
notice of termination that the District may declare the Contractor’s sureties in
default and take over the completion of the Work or have the Work completed
for the account and at the expense of the Contractor and its sureties, and the
Contractor and its sureties will be liable to the District for any resulting excess
cost. The District may, in addition to all other available remedies that the
District may have under the Contract Documents and at law or equity, deduct
any such excess cost of completing the Work from amounts that are due or that
may become due the Contactor.
11.2.3 Upon termination of the Contractor’s control of the Work for any of the reasons
specified in Sections 11.2.1.1 - 11.2.1.5, the Contractor will, if so directed by the
District, immediately remove from the Work site any and all materials and
personal property belonging to the Contractor which have not been
incorporated in the Work and the Contractor and its sureties will be liable upon
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-63
GENERAL CONDITIONS
JOB NO.10300-11/-09
their bond for all damages caused the District by reason of the Contractor's
failure to complete the Work.
11.2.4 Upon termination of the Contractor’s control of the Work for any of the reasons
specified in provisions 11.2.1.1 through 11.2.1.5, above, the District reserves
the right to refuse tender of the Contractor by any surety to complete the Work.
11.2.5 If the District completes or has completed any portion of, or the whole of the
Work, following termination of the Contractor’s control of the Work for any of the
reasons specified in Sections 11.2.1.1 through 11.2.1.5, above, the District will
neither be liable for nor account to the Contractor or the Contractor’s sureties in
any way for the time within which, or the manner in which such Work is
performed, or for any changes made in such Work or for the money expended
in satisfying claims and/or suits and/or other obligations in connection with
completing the Work. If, following termination of the Contractor’s control of the
Work for any of the reasons specified in Sections 11.2.1.1 through 11.2.1.5,
above, the unpaid balance of the Contract Price exceeds the expense of
completing the Work, including compensation for additional legal, managerial
and administrative services and all other amounts due for the completion of the
Work and/or satisfaction of claims of the District and/or others arising out of the
Agreement and any other charges that apply to the Contractor under the
Agreement, the difference will be paid to the Contractor. If such expenses of
completing the Work exceed the unpaid balance of the Contract Price, the
Contractor or its sureties will pay the difference to the District.
11.2.6 If the Agreement or Contractor’s control of the Work is terminated for any
reason, no allowances or compensation will be granted for the loss of any
anticipated profit by the Contractor.
11.2.7 In accordance with California Government Code Section 4410, in the event a
national emergency occurs, and public work being performed by contract is
stopped, directly or indirectly, because of the freezing or diversion of materials,
equipment or labor, as the result of an order or a proclamation of the President
of the United States, or of an order of any federal authority, and the
circumstances or conditions are such that it is impracticable within a reasonable
time to proceed with a substantial portion of the work, then the District and the
Contractor may, by written agreement, terminate the Agreement. In
accordance with California Government Code Section 4411, such an
agreement will include the terms and conditions of the termination of the
contract and provision for the payment of compensation or money, if any, which
either party will pay to the other or any other person, under the facts and
circumstances in the case. Compensation to the Contractor will be determined
on the basis of the reasonable value of the work done, including preparatory
work. As an exception to the foregoing, in the case of any fully completed
separate item or portion of the Work for which there is a separate contract
price, the contract price shall control. The parties may in any other case adopt
the contract price as the reasonable value of the work or any portion of the work
done.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-64
GENERAL CONDITIONS
JOB NO.10300-11/-09
11.3 Disputes.
11.3.1 In accordance with California Public Contract Code Section 20104.2, the
following procedures apply to claims of $375,000 or less between the
Contractor and the District:
11.3.1.1 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.
11.3.1.2 For claims of less than fifty thousand dollars ($50,000), the District
shall respond in writing to any written claim within forty five (45)
calendar days of receipt of the claim, or may request, in writing, within
thirty (30) days of receipt of the claim, any additional documentation
supporting the claim or relating to defenses to the claim the District
may have against the Contractor.
11.3.1.2.1 If additional information is thereafter required, it shall be
requested and provided pursuant to this subdivision, upon
mutual agreement of the District and the Contractor.
11.3.1.2.2 The District’s written response to the claim, as further
documented, shall be submitted to the Contractor within
fifteen (15) calendar days after receipt of the further
documentation or within a period of time no greater than
that taken by the Contractor in producing the additional
information, whichever is greater.
11.3.1.3 For claims of over fifty thousand dollars ($50,000) and less than or
equal to three hundred seventy-five thousand dollars ($375,000), the
District shall respond in writing to all written claims within sixty (60)
calendar days of receipt of the claim, or may request, in writing, within
thirty (30) calendar days of receipt of the claim, any additional
documentation supporting the claim or relating to defenses to the claim
the District may have against the Contractor.
11.3.1.3.1 If additional information is thereafter required, it shall be
requested and provided pursuant to this subdivision, upon
mutual agreement of the District and the Contractor.
11.3.1.3.2 The District’s written response to the claim, as further
documented, shall be submitted to the Contractor within
thirty (30) calendar days after receipt of the further
documentation, or within a period of time no greater than
that taken by the Contractor in producing the additional
information or requested documentation, whichever is
greater.
11.3.1.4 If the Contractor disputes the District’s written response, or the District
fails to respond within the time prescribed, the Contractor may so
CIVIC CENTER NORTH AND JOHN DUCKETT PS
GENERAL CONDITIONS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
1-65
notify the District, in writing, either within fifteen (15) calendar days of
receipt of the District’s response or within fifteen (15) calendar days of
the District’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 District shall schedule a
meet and confer conference within thirty (30) calendar days for
settlement of the dispute.
11.3.1.5 Following the meet and confer conference, if the claim or any portion
remains in dispute, the Contractor may file a claim as provided in
Chapter 1 (commencing with Section 900) and Chapter 2
(commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of
the Government Code. For purposes of those provisions, the running
of the period of time within which a claim must be filed shall be tolled
from the time the Contractor 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.
11.3.1.6 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.
11.3.2 In accordance with California Public Contract Code Section 20104.4, the
following procedures apply to civil actions to resolve claims greater than
$375,000 between the District and the Contractor:
11.3.2.1 Within sixty (60) calendar days, but no earlier than thirty (30) calendar
days, following the filing or responsive pleadings, the court shall submit
the matter to non-binding mediation unless waived by mutual
stipulation of both parties. The mediation process shall provide for the
selection within fifteen (15) calendar days by both parties of a
disinterested third person as mediator, shall be commenced within
thirty (30) calendar days of the submittal, and shall be concluded within
fifteen (15) calendar 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.
11.3.2.2 If the matter remains in dispute, the case shall be submitted to judicial
arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10)
of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding
Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3
(commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the
Code of Civil Procedure) shall apply to any proceeding brought under
this subdivision consistent with the rules pertaining to judicial
arbitration.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-66
GENERAL CONDITIONS
JOB NO.10300-11/-09
11.3.2.2.1 Notwithstanding any other provision of law, upon stipulation
of the parties, arbitrators appointed for purposes of this
article shall be experienced in construction law, and, upon
stipulation of the parties, mediators and arbitrators shall be
paid necessary and reasonable hourly rates of pay not to
exceed their customary rate, and such fees and expenses
shall be paid equally by the parties, except in the case of
arbitration where the arbitrator, for good cause, determines
a different division. In no event shall these fees or
expenses be paid by state or county funds.
11.3.2.2.2 In addition to Chapter 2.5 (commencing with Section
1141.10) of 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.
11.3.2.3 The court may, upon request by any party, order any witnesses to
participate in the mediation or arbitration process.
11.3.3 In accordance with California Public Contract Code Section 20104.6:
11.3.4.1 The District shall not fail to pay money as to any portion of a claim
which is undisputed except as otherwise provided in the contract.
11.3.4.2 In any suit filed under Public Contract Code Section 20104.4
concerning this contract, the District shall pay interest at the legal rate
on any arbitration award or judgment. Such interest shall accrue from
date the suit was filed.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-67
GENERAL CONDITIONS
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
WHEREAS the Board of the Las Gallinas Valley Sanitary District has awarded to
____,
(designated as the “PRINCIPAL”) a contract for the CIVIC CENTER NORTH PUMP STATION
AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT,
JOB NO. 10300-11/-09, which contract and all of the Contract Documents as defined therein
(designated as the “Contract”) are hereby made a part hereof; and
WHEREAS, said PRINCIPAL is required under the terms of the Contract to furnish a bond for
the faithful performance of the Contract;
NOW, THEREFORE, WE, the PRINCIPAL and
as surety (designated
as “SURETY”), an admitted surety insurer authorized to do business in the State of California,
are held and firmly bound unto the District (designated as “OBLIGEE”), in the penal sum of
dollars ($
), lawful money of the United States for the
payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, and
administrators, and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that, if the above bound PRINCIPAL, his or
its 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 his or 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 defend, indemnify and save harmless the OBLIGEE, it’s
officials, officers, employees, volunteers and agents, as therein stipulated, then this obligation
shall become null and void, otherwise it shall be and remain in full force and virtue.
And the said SURETY, for value received, hereby 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 to the specifications or the plans accompanying the same or to any
other part of the Contract Documents, as defined therein, shall in any way affect said SURETY’s
obligation on this bond, and the SURETY does hereby waive notice of any such change,
extension of time, alteration or addition.
And the said SURETY, for value received, hereby stipulates and agrees that upon termination of
the Principal’s control of Work for any of the reasons specified in Sections 11.2.1 - 11.2.1.6 of
the General Conditions of the Contract, the OBLIGEE reserves the right to refuse tender of the
PRINCIPAL by the SURETY to complete the Contract work.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
PERFORMANCE BOND
JOB NO.10300-11/-09
1-68
CIVIC CENTER NORTH AND JOHN DUCKETT PS STANDBY GENERATOR
REPLACEMENT PROJECT
10300-11/-09
ESCROW AGREEMENT
If any action shall be brought by the OBLIGEE upon this bond, a reasonable attorney’s fee, to
be fixed by the court, shall be and become a part of the OBLIGEE’s judgment in any such
action.
IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their
several seals this
day of
,
, the name
and corporate seals of each corporate party being hereto affixed and these presents duly signed
by their undersigned representatives, pursuant to authority of their governing bodies.
(Corporate Seal)
PRINCIPAL
(Acknowledgement)
By:
Title:______________________________
(Corporate Seal)
SURETY
By:_______________________________
(Acknowledgement)
(Attorney-in-fact)
Title:______________________________
(NOTE TO SURETY COMPANY: A certified copy of unrevoked resolution of authority for the
attorney-in-fact must be submitted with and attached to the executed bid bond.)
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
PERFORMANCE BOND
JOB NO.10300-11/-09
1-69
CIVIC CENTER NORTH AND JOHN DUCKETT PS STANDBY GENERATOR
REPLACEMENT PROJECT
10300-11/-09
ESCROW AGREEMENT
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
PAYMENT/LABOR AND MATERIALS BOND
KNOW ALL MEN BY THESE PRESENTS:
WHEREAS the Board of the Las Gallinas Valley Sanitary District has awarded to
_________________________________________________________________ (designated
as the “PRINCIPAL”) a contract for the CIVIC CENTER NORTH PUMP STATION AND JOHN
DUCKETT PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO.
10300-11/-09, which contract and all of the Contract Documents as defined therein (designated
as the “Contract”) are hereby made a part hereof; and
WHEREAS, pursuant to California Civil Code Section 3247, the PRINCIPAL is required, before
entering upon the performance of the Contract, to file a payment bond with and have such bond
approved by the officer or public entity by whom the Contract is awarded; and
WHEREAS, pursuant to California Civil Code Section 3248, such payment bond must be in a
sum not less than one hundred percent (100%) of the total amount payable by the terms of the
Contract, and must satisfy the other requirements specified in that section; and
WHEREAS, the PRINCIPAL is required in accordance with the Contract to furnish a payment bond
in connection with the Contract to secure payment of claims of laborers, mechanics and materialmen
employed on work under the Contract in accordance with applicable law;
NOW, THEREFORE, THESE PRESENTS WITNESSETH:
That the PRINCIPAL and the undersigned
, as surety (designated as
“SURETY”), an admitted surety insurer authorized to do business in the State of California are held
and firmly bound unto all laborers, material men, and all other persons named in California Civil Code
Section 3181 in the sum of
Dollars ($
), lawful money of the United States, being a sum not
less than one hundred percent of the total amount payable by the terms of the Contract, for the
payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors, or assigns, jointly and severally, by these presents.
The condition of this obligation is SUCH that if the PRINCIPAL or any of the PRINCIPAL’s
subcontractors, or the heirs, executors, administrators, successors, or assigns of any, all, or either of
them, shall fail to pay any persons named in California Civil Code Section 3181, or fail to pay for any
labor, materials, provisions, provender, or other supplies used in, upon, for or about the performance
of the work contracted to be done, or for any work or labor thereon of any kind, or fail to pay amounts
due under the Unemployment Insurance Code with respect to such work or labor, or fail to pay for
any amounts required to be deducted, withheld, and paid over to the Employment Development
Department from the wages of employees of the PRINCIPAL or any subcontractors of the
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
PAYMENT/LABOR/ MAT BOND
JOB NO.10300-11/-09
1-70
CIVIC CENTER NORTH AND JOHN DUCKETT PS STANDBY GENERATOR
REPLACEMENT PROJECT
10300-11/-09
ESCROW AGREEMENT
PRINCIPAL pursuant to Section 13020 of the Unemployment Insurance Code with respect to such
work or labor, that the SURETY will pay for the same in an amount not exceeding the amount herein
above set forth, and also, in case suit is brought upon this bond, will pay a reasonable attorney’s fee
to be awarded and fixed by the Court; otherwise this obligation shall be void.
It is hereby expressly stipulated and agreed by the said Surety, for value received, that this
bond shall inure to the benefit of any and all of the persons named in Section 3181 of the
California Civil Code so as to give a right of action to them or their assigns in any suit brought
upon this bond.
It is hereby further expressly stipulated and agreed by the said Surety, for value received, that no
change, extension of time, alteration or addition to the terms of the Contract or the specifications or
drawings accompanying the same or to any other part of the Contract Documents, as defined
therein, shall in any manner affect the obligations of the SURETY on this bond, and SURETY does
hereby waive notice of any such change, extension, alteration, or addition.
IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several
seals this
day of
,
, the name and
corporate seals of each corporate party being hereto affixed and these presents duly signed by their
undersigned representatives, pursuant to authority of their governing bodies.
(Corporate Seal)
PRINCIPAL
(Acknowledgement)
By:
Title:______________________________
(Corporate Seal)
SURETY
By:_______________________________
(Acknowledgement)
(Attorney-in-fact)
Title:______________________________
(NOTE TO SURETY COMPANY: A certified copy of unrevoked resolution of authority for the attorney-in-fact must
be submitted with and attached to the executed bid bond.)
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
PAYMENT/LABOR/ MAT BOND
JOB NO.10300-11/-09
1-71
CIVIC CENTER NORTH AND JOHN DUCKETT PS STANDBY GENERATOR
REPLACEMENT PROJECT
10300-11/-09
ESCROW AGREEMENT
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
WHEREAS the Board of the Las Gallinas Valley Sanitary District (designated as the
“OBLIGEE”), has awarded to
, (designated as the
“PRINCIPAL”) a contract for the CIVIC CENTER NORTH PUMP STATION AND JOHN
DUCKETT PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO.
10300-11/-09, which contract and all of the Contract Documents as defined therein (designated
as the “Contract”) are hereby made a part hereof;
WHEREAS, the PRINCIPAL is required under the terms of the Contract to furnish a bond for the
correction of any defects due to defective materials or workmanship in the work performed
under the Contract, for a period of THREE (3) YEARS from the date of acceptance by the
OBLIGEE of the contracted work.
NOW, THEREFORE, we the PRINCIPAL and the undersigned
, as surety
(designated as “SURETY”), an admitted surety insurer authorized to do business in the State of
California, are held and firmly bound unto the Las Gallinas Valley Sanitary District, in the penal
sum of
Dollars ($
), lawful
money of the United States, being a sum not less than ten percent (10%) of the final Contract
price, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that if, during a maintenance period of
THREE (3) YEARS from the date of acceptance by the OBLIGEE of the contracted work, the
PRINCIPAL upon receiving written notice of a need for repairs which are directly attributable to
defective materials or workmanship, shall diligently take the necessary steps to correct said
defects within seven (7) calendar days from the date of said notice, then this obligation shall be
null and void; otherwise it shall remain in full force and effect.
If any action shall be brought by the OBLIGEE upon this bond, a reasonable attorney’s fee, to
be fixed by the Court, shall be and become a part of OBLIGEE’s judgment in any such action.
No right of action shall accrue on this bond to, or for the use of, any person or corporation other
than the OBLIGEE named herein or the heirs, executors, administrator or successor of the
OBLIGEE.
IN WITNESS WHEREOF, the above bound parties have executed this instrument under their
seals this
day of
,
, the name
and corporate seals of each corporate party being hereto affixed and these presents duly signed
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-72
MAINTENANCE B OND
JOB NO.10300-11/-09
by its undersigned representative, pursuant to authority of its governing body.
(Corporate Seal)
PRINCIPAL
(Acknowledgement)
By:
Title:______________________________
(Corporate Seal)
SURETY
By:______________________________
(Acknowledgement)
(Attorney-in-fact)
Title:______________________________
(NOTE TO SURETY COMPANY: A certified copy of unrevoked resolution of authority for the
attorney-in-fact must be submitted with and attached to the executed bid bond
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-73
MAINTENANCE B OND
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
ESCROW AGREEMENT FOR
SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the Board of the Las Gallinas
Valley Sanitary District, whose address is 300 Smith Ranch Road, San Rafael, California,
94903, hereinafter called "District",
, whose address is
,
hereinafter called "Contractor", and
, whose address is
,
hereinafter called “Escrow Agent”
For consideration hereinafter set forth, the District, Contractor, and Escrow Agent agree as
follows:
1.
Pursuant to Section 22300 of the Public Contract Code of the State of California,
Contractor has the option to deposit securities with Escrow Agent as a substitute for retention
earnings required to be withheld by District pursuant to the Construction Contract entered into
between the District and Contractor for the project entitled CIVIC CENTER NORTH PUMP
STATION AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR REPLACEMENT
PROJECT, JOB NO. 10300-11/-09 in the amount of
dated
(hereinafter referred to as
the "Contract'). Alternatively, on written request of the Contractor, the District shall make
payments of the retention earnings directly to the Escrow Agent. When Contractor deposits the
securities as substitute for Contract earnings, the Escrow Agent shall notify the District within
ten (10) working days of the deposit. The market value of the securities at the time of the
substitution shall be at least equal to the cash amount then required to be withheld as retention
under the terms of the Contract between the District and Contractor. Securities shall be held in
the name of
and shall designate the
Contractor as the beneficial owner.
2.
The District shall make progress payments to the Contractor for such funds which
otherwise would be withheld from progress payments pursuant to the Contract provisions,
provided that the Escrow Agent holds securities in the form and amount specified above.
3.
When the District makes payment of retentions earned directly to the Escrow Agent, the
Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow
created under this contract is terminated. The Contractor may direct the investments of the
payments into securities. All terms and conditions of this agreement and the rights and
responsibilities of the parties shall be equally applicable and binding when the District pays the
escrow agent directly.
4.
Contractor shall be responsible for paying all fees for the expenses incurred by Escrow
Agent in administering the Escrow Account and all expenses of the District. These expenses
and payment terms shall be determined by the District, Contractor and Escrow Agent.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-74
ESCROW AGREEMENT
JOB NO.10300-11/-09
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 the Contractor and shall be
subject to withdrawal by contractor at any time and from tune to time without notice to the
District.
6.
Contractor shall have the right to withdraw all or any part of the principal in the Escrow
Account only by written notice to Escrow Agent accompanied by written authorization from
District to the Escrow Agent that District consents to the withdrawal of the amount sought to be
withdrawn by Contractor.
7.
The District shall have a right to draw upon the securities in the event of default by the
Contractor. Upon seven day's written notice to the Escrow Agent from the District of the default,
the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash
as instructed by the District.
8.
Upon receipt of written notification from the District certifying that the Contract is final
and complete, and that the Contractor has complied with all requirements and procedures
applicable to the Contract, 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 monies and securities on deposit and payments of fees
and charges.
9.
Escrow Agent shall rely on the written notifications from the District and the Contractor
pursuant to Sections (4) to (6) inclusive, of this agreement and the District and Contractor shall
hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities
and interest as set forth above.
10.
The names of the persons who are authorized to give written notice or to receive written
notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and
exemplars of their respective signatures, are as follows:
On behalf of District:
On Behalf of Contractor
Title
Mark R. Williams, General Manager
Name
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-75
ESCROW AGREEMENT
JOB NO.10300-11/-09
On behalf of Escrow Agent:
Title
Name
Signature
Address
At the time the Escrow Account is opened, the District and Contractor shall deliver to the
Escrow Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on
the date first set forth above.
District:
Contractor:
Title
______________________________
Mark R. Williams, General Manager
Las Gallinas Valley Sanitary District
300 Smith Ranch Road
San Rafael, CA 94903
Name
Signature
Address
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
1-76
ESCROW AGREEMENT
JOB NO.10300-11/-09
VOLUME 2
BID FORMS
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
BIDDER’S CHECK LIST
Name of Bidder: _______________________________________________________________
(Contractor’s Legal Name)
Did You:
_____ Submit equal product proposals, if any, in accordance with the Instruction to Bidders
included in the bid package at least seven (7) calendar days before the time specified for
bid opening.
_____ Include with your bid properly completed, accurate copies of the following documents in
the following order using the forms included in the bid package:
_____ Bidder’s Check List and Bid Label
_____ Proposal Cover Page and Bid Schedule
_____ Acknowledgement of each addendum issued by the District, if any, with
signed and dated acknowledgement page.
_____ Executed Bid Bond
_____ Contractor License Information
_____ List of Proposed Subcontractors with License Information and References
_____ Workers Compensation Insurance Certification
_____ Signed and notarized Non-Collusion Affidavit
_____ Drug-Free Workplace Certification
_____ Debarment Certification
_____ Statement of Experience of Bidder
_____ Financial Qualifications
_____ Signed and Notarized Site Visit Affidavit
_____ Executed Bidder’s Signature Page
(CONTINUED ON NEXT PAGE)
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-1
BIDDER’S CHECK LIST
JOB NO.10300-11/-09
_____ Affix a properly completed, signed and accurate Bid Label using the form included in the
bid package to the sealed cover of your bid.
_____ Arrange to have the sealed bid delivered to the Las Gallinas Valley Sanitary District
offices at 300 Smith Ranch Road, California 94903 before the time and day specified
on the Notice Inviting Sealed Bids.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-2
BIDDER’S CHECK LIST
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
BID LABEL
Sealed bid for the CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP
STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09.
Bidder: ____________________________________________________________________
Bidder Business Address (Street, City, State and Zip Code)
________________________________________________
Bidder Business Phone No.: _________________________
Bidder Business Fax No.: ___________________________
By my signature below I certify under penalty of perjury under the laws of the State of California
that a representative of the above bidder visited the project sites listed in the Contract
Documents, and I am the person authorized to bind bidder as required by the attached Site Visit
Affidavit.
By: __________________________________________________________
(Official authorized to bind bidder)
Print Name and Title: _____________________________________________
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-3
BID LABEL
JOB NO.10300-11/-09
THIS PAGE INTENTIONALLY BLANK
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-4
BID LABEL
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
PROPOSAL COVER PAGE AND BID SCHEDULE
TO THE BOARD OF DIRECTORS OF THE LAS GALLINAS VALLEY SANITARY DISTRICT:
Pursuant to the Notice Inviting Sealed Bids for the CIVIC CENTER NORTH PUMP STATION
AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT,
JOB NO. 10300-11/-09, the person signing the bidder’s signature page contained in this
proposal binds the entity listed on the bidder’s signature page to submit complete, executed
copies of all documents specified in the contract checklist included in Volume 1 of the bid
package within fifteen (15) calendar days of receiving written Notice of Award of the project, and
to fully perform the project by the time for completion specified in the Contract Documents for
the price specified in the bid schedule below in accordance with the terms of the Contract
Documents and applicable law. This proposal cover page and bid schedule will be included as
part of the Contract Documents in accordance with the bid package.
This bid includes properly completed, accurate copies of all of the documents listed in the
Bidder’s Check List included in the bid package in the order listed in the Bidder’s Check List and
using the forms included in the bid package. This bid includes copies of each of the following
addenda issued by the District. Each addendum has been signed and dated to confirm receipt
on behalf of the entity listed on the bidder’s signature page.
Addendum No. 1 dated
Addendum No. 2 dated
Addendum No. 3 dated
Addendum No. 4 dated
Addendum No. 5 dated
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-5
BID SCHEDULE
JOB NO.10300-11/-09
BID SCHEDULE
DESCRIPTION OF BID ITEMS
Item 1: MOBILIZATION & DEMOBILIZATION - Shall include the Contractor’s mobilization, shop
drawing submittal process, notifications, etc. at the beginning of the project including
preparation and the demobilization and cleanup at the completion of the project.
Payment for mobilization and demobilization shall be a lump sum (LS) not exceeding 5% of the
project cost; 50% of which shall be payable at the beginning of the job upon mobilization and
50% shall be payable at the job completion.
Item 2: CIVIC CENTER NORTH PUMP STATION GENERATOR REPLACEMENT – Shall
include construction of the Civic Center North Pump Station generator replacement including all
concrete work, masonry, new stainless steel double entry doors, new engineered door awning,
furnish and install new 100 kw engine generator set with minimum 109 gallon base tank (not
greater than 120 gallon), exhaust louver, sound enclosure, conduits, wiring and electrical
equipment including, fuel tank leak monitoring system, SCADA, generator startup and training,
final submittal of materials for approval of BAAQMD Permit to Construct, and all other work,
complete and in satisfactory operating condition, as shown on the plans as specified, complete
in place.
Payment for this item will be a (LS) for the installation of the engine generator set.
Item 3: JOHN DUCKETT PUMP STATION GENERATOR REPLACEMENT – Shall include
construction of the John Duckett Pump Station generator replacement including installation of
temporary noise barrier, all concrete work, new stainless steel entry doors, new engineered
door awning, furnish and install engine 250 kw generator set with 500 gallon base tank, sound
enclosure, conduits, wiring and electrical equipment including, fuel tank leak monitoring system,
SCADA, site work including asphalt paving, generator startup and training, final submittal of
materials for approval of BAAQMD Permit to Construct, and all other work, complete and in
satisfactory operating condition, as shown on the plans as specified, complete in place.
Payment for this item will be a (LS) for the installation of the engine generator set.
Item 4: SHEETING, SHORING, BRACING (LUMP SUM) – The cost for planning, design,
engineering fees, labor materials, equipment, furnishing and constructing, and removal and
disposal of such sheeting, shoring and bracing, or equivalent method for the protection of life
and limb in trenches and open excavation for all project sites in accordance with the
requirement of OSHA and applicable safety orders, pursuant to the provisions Section 6707 of
the California Labor Code.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-6
BID SCHEDULE
JOB NO.10300-11/-09
SCHEDULE OF BID ITEMS
Item
No.
Estimated Item Description
Quantity Unit Price
And Unit (Written in Words)
1.
1 LS
Unit
Price
(Figures)
Extended
Amount
(Figures)
Mobilization & Demobilization
_________________________________________________ $
Lump sum
2.
1 LS
Installation of New Engine Generator Set at Civic Center North Pump Station
_________________________________________________ $
Lump sum
3.
1 LS
Installation of New Engine Generator Set at John Duckett Pump Station
_________________________________________________ $
Lump sum
4.
1 LS
Sheeting, Shoring and Bracing
_________________________________________________ $
Lump sum
TOTAL BASE BID, BASIS OF AWARD (Items 1 thru 3 inclusive, & all work incidental
thereto or connected therewith.)
$_________________________________
BID ALTERNATE
The undersigned Bidder offers to make, at the following Bid Alternate price, the change in the
Work covered by the Total Base Bid that is specified in the Bid Alternate priced below.
It is understood that:
1. The Bid Alternate price must be filled in.
2. The acceptance or rejection of the Bid Alternate is at the option of the District.
3. Acceptance or rejection of the Bid Alternate will not necessarily be made on the basis of
price alone.
4. The acceptance or rejection of the Bid Alternate will not affect the Total Base Bid or other
conditions of this Bid.
5. The original Total Base Bid, without deduction shown herein, would be the basis of award.
6. The deduction shown herein for the Bid Alternate is the net adjustment that is to be applied
to the Total Base Bid when calculating the Contract Price if the Bid Alternate is accepted by
the District.
7. The final Contract Price shall be the net amount determined by applying the Total Base Bid
and any adjustment made by the District regarding the Bid Alternate.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-7
BID SCHEDULE
JOB NO.10300-11/-09
Bid Alternate: Install portable pump concrete slab and buried discharge piping with cathodic
protection, relocation of existing crane beam and supports, painting and installation of new
manual stainless steel hoist, modify existing concrete retaining wall and new guardrail as shown
on the plans and as specified, all painting specified, including all Contractor and Subcontractor
work incidental thereto or connected therewith.
Deduct: $ _______________________________
(In figures)
____________________________________________________________________________
(In words)
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-8
BID SCHEDULE
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
BID BOND
(NOTE: Bidders must use this form, or use of any other bid bond form may render a bid nonresponsive)
KNOW ALL MEN BY THESE PRESENTS:
That we, as PRINCIPAL, and
,a
(sole proprietorship /corporation/partnership/joint venture) organized and existing under and by
virtue of the laws of the State of
and an admitted surety insurer
authorized to do business in the State of California, as SURETY, are held and firmly bound unto
the Las Gallinas Valley Sanitary District, as OBLIGEE, in a penal sum equal to ten-percent
(10%) the total bid price including the base bid and alternates specified in the proposal of the
PRINCIPAL, to the OBLIGEE for the work described below, which penal sum is
($
) lawful
money of the United States of America, for the payment of which sum well and truly to be made,
we, and each of us, bind ourselves, our heirs, executors, administrators, successors, and
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the PRINCIPAL has
submitted the accompanying proposal dated
,
to the
OBLIGEE, for the CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP
STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09.
NOW THEREFORE, if the PRINCIPAL shall not withdraw said proposal within the ninety (90)
day period following the opening of bids, and if the PRINCIPAL receives written notice that the
CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY
GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09, is awarded to the
PRINCIPAL and shall, within fifteen (15) calendar days of receiving such notice: enter into a
written contract with the OBLIGEE in the form prescribed in the bid package issued by the
OBLIGEE concerning the CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT
PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/09; and give insurance and bond with good and sufficient sureties guaranteeing the faithful
performance and proper fulfillment of such contract and guaranteeing payment for labor and
materials used for performance of the contract as required by law; and file with the OBLIGEE all
required documents and do all other thing required in accordance with the bid package issued
by the OBLIGEE concerning the CIVIC CENTER NORTH PUMP STATION AND JOHN
DUCKETT PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO.
10300-11/-09, for the contract between the PRINCIPAL and the OBLIGEE to become effective
and for work to commence in accordance with the bid package issued by the OBLIGEE
concerning the CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP
STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09, or, in
the event of withdrawal of the accompanying proposal within the ninety (90) day period following
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-9
BID BOND
JOB NO.10300-11/-09
the opening of bids; or failure by the PRINCIPAL to enter into such contract with the OBLIGEE
or to give the OBLIGEE such bonds or to file any other documents or to do any other things
required in the bid package issued by the OBLIGEE for the CIVIC CENTER NORTH PUMP
STATION AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR REPLACEMENT
PROJECT, JOB NO. 10300-11/-09, project, if the PRINCIPAL shall pay the OBLIGEE the
difference between the total bid price in the accompanying proposal and the amount for which
the OBLIGEE may procure the required performance, if the latter amount be in excess of the
former, together with all costs incurred by the OBLIGEE in again attempting to let the CIVIC
CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY
GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09, and if the said PRINCIPAL
shall fully reimburse and save harmless the OBLIGEE from any damage sustained by the
OBLIGEE through failure of the PRINCIPAL to enter into the written contract or to file the
required performance or labor and material bonds, or to file any other required documents or to
do any other things required for the contract between the PRINCIPAL and the OBLIGEE to
become effective and the work to commence in accordance with the bid package issued by the
OBLIGEE concerning the CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT
PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/09, then this obligation shall be null and void; otherwise, it shall be and remain in full force and
effect.
SURETY, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the bid or Contract Documents for the CIVIC CENTER
NORTH PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR
REPLACEMENT PROJECT, JOB NO. 10300-11/-09, or to the specifications included in the
same, or to the work to be performed there under, or to the notice to bidders, or to any other
documents concerning the CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT
PUMP STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/09, shall in anywise affect SURETY’s obligation under this bond, and SURETY hereby waives
notice of any such change, extension of time, alteration or addition to such bid or Contract
Documents.
In the event suit is brought upon this bond by the OBLIGEE and judgment is recovered, the
SURETY shall pay all costs incurred by the OBLIGEE in such suit, including a reasonable
attorney’s fee to be fixed by the Court.
IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their
several seals this
day of
,
, the
name and corporate seals of each corporate party being hereto affixed and these presents duly
signed by their undersigned representatives, pursuant to authority of their governing bodies.
(Corporate Seal)
PRINCIPAL
By
(Acknowledgement)
Title
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-10
BID BOND
JOB NO.10300-11/-09
SURETY
(Corporate Seal)
By
(Attorney-in-fact)
(Acknowledgement)
Title
(NOTE TO SURETY COMPANY: A certified copy of unrevoked resolution of authority for the
attorney-in-fact must be submitted with and attached to the executed bid bond.)
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-11
BID BOND
JOB NO.10300-11/-09
THIS PAGE INTENTIONALLY BLANK
CIVIC CENTER NORTH AND JOHN DUCKETT PS CONTRACTOR LICENSE INFORMATION
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-12
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
CONTRACTOR LICENSE INFORMATION
The bidder acknowledges that the license required for performance of CIVIC CENTER NORTH
PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR
REPLACEMENT PROJECT, JOB NO. 10300-11/-09, is an A license.
The bidder holds the following California Contractors License(s):
1.
License No.
, Class
, Expiration Date
2.
License No.
, Class
, Expiration Date
3.
License No.
, Class
, Expiration Date
4.
License No.
, Class
, Expiration Date
5.
License No.
, Class
, Expiration Date
6.
License No.
, Class
, Expiration Date
7.
License No.
, Class
, Expiration Date
8.
License No.
, Class
, Expiration Date
9.
License No.
, Class
, Expiration Date
10.
License No.
, Class
, Expiration Date
Bidder’s Taxpayer Identification No.
CIVIC CENTER NORTH AND JOHN DUCKETT PS CONTRACTOR LICENSE INFORMATION
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-13
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
LIST OF PROPOSED SUBCONTRACTORS
In accordance with the requirements of the Subletting and Subcontracting Fair Practices, Act,
California Public Contract Code Section 4100 and following, listed below are the name,
business location, and the portion (type or trade) of the Project work to be subcontracted to
each subcontractor that will perform a portion of the Project work (including special fabrication
and installation of a portion of the work) valued in excess of one half (½) of one (1) percent of
the total bid price. If the Project work includes construction of streets or highways, listed below
are the name, business location, and the portion (type or trade) of the Project Work to be
subcontracted to each subcontractor that will perform a portion of the Project work (including
special fabrication and installation of a portion of the work) valued in excess of one half (½) of
one (1) percent of the total Project bid price, or ten thousand dollars ($10,000), whichever is
greater. Also listed below are the proposed subcontract dollar amount and current California
Contractor’s License Number(s) for each proposed subcontractor. Bids that fail to include
complete proposed subcontractor information in accordance with this form and Public Contract
Code Section 4100 and following may be deemed non-responsive.
In accordance with California Public Contract Code Section 4106, for any portion of the Project
work with a value of more than one half (½) of one (1) percent of the total bid price for which no
subcontractor is listed, or for which more than one subcontractor is listed, the bidder certifies by
submission of its bid that the bidder is qualified to perform that portion of the Project work and
that the bidder will perform that portion of the Project work with its own forces. The penalties
listed in California Public Contract Code Section 4111 will apply to any substitution of another
subcontractor for a subcontractor listed below except as permitted by the District in accordance
with Section 4107 and following of the California Public Contract Code.
1.
Subcontractor Name
Business Location
Trade
Subcontract Amount
Current Contractor’s License No(s).
2.
Subcontractor Name
Business Location
Trade
Subcontract Amount
Current Contractor’s License No(s).
CIVIC CENTER NORTH AND JOHN DUCKETT PS LIST OF PROPOSED SUBCONTRACTORS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-14
3.
Subcontractor Name
Business Location
Trade
Subcontract Amount
Current Contractor’s License No(s).
4.
Subcontractor Name
Business Location
Trade
Subcontract Amount
Current Contractor’s License No(s).
5.
Subcontractor Name
Business Location
Trade
Subcontract Amount
Current Contractor’s License No(s).
6.
Subcontractor Name
Business Location
Trade
Subcontract Amount
Current Contractor’s License No(s).
(Attach additional list as necessary.)
CIVIC CENTER NORTH AND JOHN DUCKETT PS LIST OF PROPOSED SUBCONTRACTORS
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-15
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
WORKERS COMPENSATION INSURANCE CERTIFICATION
By submitting its bid the bidder certifies as follows:
I am aware of the provisions of California Labor Code Section 3700 which require every
employer to be insured against liability for workmen’s compensation or to undertake selfinsurance in accordance with the provisions of the Labor Code, and I will comply with such
provisions before commencing performance of the work of this Contract.
Signed this ________________ day of ___________________, 20____
Bidder’s Name
Authorized Signature
Date
Title of Signatory
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-16
NON-COLLUSION AFFIDAVIT
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
NON-COLLUSION AFFIDAVIT
TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID
STATE OF CALIFORNIA
COUNTY OF __________
)
)
)
, being first duly
sworn, deposes and says that he or she is
of
, the party making the foregoing bid, that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership, company, association,
organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder
has not directly or indirectly induced or solicited any other bidder to put in a 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.
Signature of Bidder
(Acknowledgement)
Subscribed and sworn before me by
day of
, this
,
.
(SEAL)
Notary Public
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-17
NON-COLLUSION AFFIDAVIT
JOB NO.10300-11/-09
THIS PAGE INTENTIONALLY BLANK
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-18
NON-COLLUSION AFFIDAVIT
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
DRUG-FREE WORKPLACE CERTIFICATION
By submitting its bid the bidder certifies compliance with Government Code Section 8355 in matters
relating to providing a drug-free workplace. The above named contractor or applicant will:
1. Publish a statement notifying employees that unlawful manufacture, distribution,
dispensation, possession, or use of a controlled substance is prohibited and specifying
actions to be taken against employees for violations, as required by Government Code
Section 8355(a).
2. Establish a Drug-Free Awareness Program as required by Government Code Section
8355(b), to inform employees about all of the following:
(a)
(b)
(c)
(d)
The dangers of drug abuse in the workplace,
The person’s or organization’s policy of maintaining a drug-free workplace,
Any available counseling, rehabilitation and employee assistance programs, and
Penalties that may be imposed upon employees for drug abuse violations.
3. Provide as required by Government Code Section 8355(c), that every employee who
works on the proposed contract:
(a) Will receive a copy of the company’s drug-free policy statement, and
(b) Will agree to abide by the terms of the company’s statement as a condition of
employment on the contract.
Signed this ________________ day of ___________________, 20____
Bidder’s Name
Authorized Signature
Date
Title of Signatory
CIVIC CENTER NORTH AND JOHN DUCKETT PS DRUG FREE WORKPLACE CERTIFICATION
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-19
THIS PAGE INTENTIONALLY BLANK
CIVIC CENTER NORTH AND JOHN DUCKETT PS DRUG FREE WORKPLACE CERTIFICATION
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-20
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
DEBARMENT CERTIFICATION
By submitting its bid the bidder certifies in accordance with California Public Contract Code
Section 6109 that neither the bidder nor any subcontractor included on the list of proposed
subcontractors submitted with the bid is ineligible to perform work on public works projects
pursuant to California Labor Code Sections 1777.1 or 1777.7. In accordance with California
Public Contract Code Section 6109, contractors and subcontractors who are ineligible to
perform work on public works projects pursuant to California Labor Code Sections 1777.1 or
1777.7 may neither bid on, be awarded or perform as a subcontractor on public works projects.
Signed this ________________ day of ___________________, 20____
Bidder’s Name
Authorized Signature
Date
Title of Signatory
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-21
DEBARMENT CERTIFICATION
JOB NO.10300-11/-09
THIS PAGE INTENTIONALLY BLANK
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-22
DEBARMENT CERTIFICATION
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
STATEMENT OF EXPERIENCE OF BIDDER
(To Accompany Bid)
The undersigned Bidder certifies that it is, at the time of bidding, and shall be, throughout the
period of the contract, licensed under the provisions of Chapter 9, Division 3, of the Business
and Professions Code of the State of California, to do the type of work contemplated in the
Contract Documents. Bidder further certifies that it is skilled and regularly engaged in the
general class and type of work called for in the Contract Documents.
The Bidder represents that it is competent, knowledgeable, and has special skills concerning
the nature, extent, and inherent conditions concerning the work to be performed. Bidder further
acknowledges that there are certain inherent conditions existent in the construction of the
particular facilities which may create, during the construction program, unsafe conditions
hazardous to persons and property. Bidder expressly acknowledges that it is aware of such
risks and that it has the skill and experience to foresee and to adopt protective measures to
adequately and safely perform the construction work with respect to such hazards.
A. ESSENTIAL REQUIREMENTS FOR QUALIFICATION
If the answer to any of questions 1 through 3 is “no”, or if the answer to any of questions 4
through 7 is “yes”, the Bidder will be deemed ineligible or not responsible for purposes of the
Contract.
1.
Bidder possesses a valid and current California Contractor’s license as required for
the project for which it intends to submit a bid.
□ Yes
□ No
2.
Bidder will comply with and provide all insurance as defined in Section 8.8,
Insurance, of then General Conditions.
□ Yes
□ No
3.
Bidder has current Workers’ Compensation insurance coverage as required by the
Labor Code or is legally self-insured pursuant to Labor Code section 3700 et. seq.
□ Yes
□ No
4.
Has your contractor’s license been revoked at any time in the last five (5) years?
□ Yes
□ No
5.
Has a surety firm completed a contract on your behalf, or paid for completion
because your firm was default terminated by the project owner within the last five (5)
years?
□ Yes
□ No
CIVIC CENTER NORTH AND JOHN DUCKETT PS STATEMENT OF EXPERIENCE OF BIDDER
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-23
6.
At the time of submitting this qualification form, is your firm ineligible to bid on or
be awarded a public works contract, or perform as a subcontractor on a public works
contract, pursuant to either Labor Code section 1777.1 or Labor Code section
1777.7?
□ Yes
□ No
7.
At any time during the last five (5) years, has your firm, or any of its owners or
officers been convicted of a crime involving the awarding of a contract of a
government
construction project, or the bidding or performance of a government
contract?
□ Yes
□ No
B. COMPANY EXPERIENCE
The Bidder has been engaged in the contracting business, under the present business name for
_________ years and has experience in work of a nature similar to this project which extends
over a period of ________ years (Bidder must show at least five (5) years of related
experience).
The Bidder, as a Contractor, has never failed to satisfactorily complete a contract awarded to it,
except as follows:
For the District to consider the Bidder properly experienced in work of similar nature to this
project the Bidder must list no more than five (5) projects completed within the last five (5)
years.
The Bidder can include project(s) currently under construction, but only the total amount paid by
the District(s) as of three (3) months prior to the bid date on uncompleted project(s) can be
included in the construction volume for purposes of this certification. The Bidder is allowed to
list up to a maximum of five (5) projects of the types listed above, that combined, will add up to
at least the cost in completed volume of work listed above. Any projects listed below which are
not as defined above will not be considered by the District in meeting this experience
requirement. For example, pump stations are not considered a treatment plant.
Bidder also certifies that Bidder self-performed at least forty percent (40%) of the Work on each
of the projects listed below. The District considers this level of past self-performance
demonstrates a benefit to a Project in terms of better control of cost, schedule and safety.
If the Bidder is a Joint Venture of two or more companies, each participant in the Joint Venture
shall meet this prior project experience requirement and provide project information for each
Joint Venture participant in the format below.
CIVIC CENTER NORTH AND JOHN DUCKETT PS STATEMENT OF EXPERIENCE OF BIDDER
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-24
1.
Project Name:
Owner:
Construction Cost: $
Construction Time:
Calendar Days
Owner’s Representative:
Owner’s Telephone No.:
Date of Substantial Completion:
2.
Project Name:
Owner:
Construction Cost: $
Construction Time:
Calendar Days
Owner’s Representative:
Owner’s Telephone No.:
Date of Substantial Completion:
3.
Project Name:
Owner:
Construction Cost: $
Construction Time:
Calendar Days
Owner’s Representative:
Owner’s Telephone No.:
Date of Substantial Completion:
4.
Project Name:
Owner:
Construction Cost: $
Construction Time:
Calendar Days
CIVIC CENTER NORTH AND JOHN DUCKETT PS STATEMENT OF EXPERIENCE OF BIDDER
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-25
Owner’s Representative:
Owner’s Telephone No.:
Date of Substantial Completion:
5.
Project Name:
Owner:
Construction Cost: $
Construction Time:
Calendar Days
Owner’s Representative:
Owner’s Telephone No.:
Date of Substantial Completion:
CIVIC CENTER NORTH AND JOHN DUCKETT PS STATEMENT OF EXPERIENCE OF BIDDER
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-26
C. SAFETY QUALIFICATION CRITERIA
The following information will be used to determine if you meet the minimum safety
requirements for this project. To qualify to bid and be awarded the project, the contractor shall
have a safety record that meets or exceeds the one of the three following safety criteria:
1. If the Contractor’s three-year average Workers’ Compensation Experience Modification
(EMR) is equal to or less than 100%, the contractor meets the minimum safety
requirements for this project;
2. If the Contractor’s three-year average EMR is greater than 100%, the Contractor’s threeyear average Recordable Incident Rate (RIR) must not be greater than 3.8 and threeyear average Lost Time Incident Rate (LTIR) must not be greater than 1.7 to meet the
minimum safety requirements for this project;
3. If the Contractor only meets either the three-year average RIR or LTIR value, the
Contractor shall be required to hire at no additional cost to the District a mutually
acceptable safety consultant who will prepare a project specific safety plan, conduct
random weekly inspections of the Contractor’s activities to ensure conformance with the
safety plan and prepare and submit a weekly report to the District summarizing the
results of each inspection. The contractor’s shall adhere to the safety plan. The
contractor’s activities shall be adjusted immediately to address any issues resulting from
the weekly safety inspection.
Contractors that cannot meet any of the three safety criteria above are not eligible to work for
the District.
The Bidder shall list its Experience Modification Rate, Lost time Incident Rate, and Recordable
Incident Rate for the last three complete years (available from your insurance carrier).
Year
EMR
RIR
LTIR
______________
AVG
AVG
AVG
To verify the above information, the District will contact the Bidder’s Workers’ Compensation
Insurance carrier. The Bidder shall authorize its carrier to release this information. Failure to
release this information will result in the bid being non-responsive and result in automatic
disqualification of the bid.
Workers’ Compensation Insurance Company:
Contact Person for Insurance Company:
Telephone Number:
CIVIC CENTER NORTH AND JOHN DUCKETT PS STATEMENT OF EXPERIENCE OF BIDDER
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-27
Signed this
day of
, 20 ____.
Name of Bidder
Contractor’s License No.
Expiration Date
Signature of Bidder
Title of Signatory
CIVIC CENTER NORTH AND JOHN DUCKETT PS STATEMENT OF EXPERIENCE OF BIDDER
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-28
D. FINANCIAL QUALIFICATIONS
(TO BE SUBMITTED WITH BID)
Provide evidence that the Bidder has sufficient financial resources to provide all work necessary
to complete the project including construction, start-up, and warranty services.
A. Bidder must provide Section FINANCIAL QUALIFICATIONS to assist the District in
determining the Bidder’s financial condition.
B. Bidder must provide a letter from its Surety or Surety Broker which certifies that Bidder’s
current bonding capacity is sufficient for the bonding requirements for this Project.
C. Bidder shall identify any claims filed in court or arbitration against Bidder in the past five
years which concerned Bidder’s work on a construction project. For each claim, if any, the
Bidder shall provide the project name, date of the claim, name of the claimant, a brief
description of the nature of the claim, the court in which the case was filed and a brief
description of the status of the claim (pending or, if resolved, a brief description of the
resolution). Are there any pending claims against your company that should you lose the
claim(s), would adversely affect your financial position or your ability to meet your obligations if
awarded the contract for this project? If so, please explain.
Claims Filed Against Bidder
Project Name:
Date of Claim:
Claimant Name:
Court:
Status of Claim:
Explanation:
Bidder shall also identify any claims filed in court or arbitration by Bidder against a project owner
in the past five years concerning work on a project or payment for a contract. For each claim, if
any, the Bidder shall provide the project name, date of the claim, a brief description of the
nature of the claim, the court in which the case was filed and a brief description of the status of
the claim (pending or, if resolved, a brief description of the resolution). Are there any pending
claims filed by your company against a project owner that should you lose the claim(s), would
adversely affect your financial position or your ability to meet your obligations if awarded the
contract for this project? If so, please explain.
CIVIC CENTER NORTH AND JOHN DUCKETT PS STATEMENT OF EXPERIENCE OF BIDDER
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-29
Claims Filed By Bidder
Project Name:
Date of Claim:
Claimant Name:
Court:
Status of Claim:
Explanation:
All financial information provided by Bidder that is marked “Confidential” or “Proprietary” shall be
handled by the District in accordance with Public Records Act.
The undersigned hereby states that all representations regarding the Bidder’s Company
Experience, and Safety Qualification Information are correct and true.
Signed this ________________ day of ___________________, 20____
Bidder’s Name
Authorized Signature
Date
Title of Signatory
CIVIC CENTER NORTH AND JOHN DUCKETT PS STATEMENT OF EXPERIENCE OF BIDDER
STANDBY GENERATOR REPLACEMENT PROJECT
JOB NO.10300-11/-09
2-30
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
FINANCIAL QUALIFICATIONS
BIDDER’S REFERENCES AND CREDIT REPORT
The Contractor shall submit with his/her bid a credit report, current within five (5) working days
of the bid opening date for this project. For privacy purposes, the report may be submitted in an
envelope marked “CONFIDENTIAL”. To be considered a responsible bidder on this project,
either the Contractor’s credit report shall indicate a Dun & Bradstreet credit risk rating specified
below or the Contractor’s bank shall issue a financial statement on the following page. If the
Contractor is a Dun & Bradstreet member, a copy of the current Dun & Bradstreet rating form
showing a rating not less than the specified rating.
The specified Dun and Bradstreet credit risk rating for this project is 2A2 or better.
If the Contractor is not a Dun & Bradstreet member, an acceptable credit report shall consist of
the submittal of the District’s Financial Statement Form (which follows) executed by the
Contractor’s bank. Failure to submit the required report with the bid for this project shall cause
the bid to be rejected. Failure to possess the required financial strength and credit risk rating
may cause the bid to be rejected. The District shall request confirmation of the Contractor’s
rating from Dun & Bradstreet Information Services. The sufficiency of the Bidder’s financial
qualifications will be determined solely by the District and its decision shall be final.
Reference is hereby made to the following bank or banks as to the financial responsibility of the
Bidder:
Name of Bank
Address
Reference is hereby made to the following surety companies as to the financial responsibility
and general reliability of the Bidder:
Name of Surety Company
Signature of Bidder
Title
Company
Address
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-31
FINANCIAL QUALIFICATIONS
JOB NO.10300-11/-09
FINANCIAL STATEMENT FORM
______________________________________________________ has an established deposit
and borrowing relationship with____________________________________________ since
(Bank)
____________________. Both business account and credit accommodations are maintained in
(Date)
a highly satisfactory manner. Based on my knowledge of ____________________________ 's
(Contractor)
Average monthly business account balances and its credit worthiness, I believe its general
financial strength and credit rating meet or exceed the Dun & Bradstreet alphanumeric rating of
not less than 2A2.
______________________________________
Contractor Company Name
______________________________________
Contractor Representative, Printed Name
______________________________________
Contractor Representative, Signature
___________________________________
Date
______________________________________
Bank Name
______________________________________
Business Address
______________________________________
City/State/Zip Code
______________________________________
Bank Representative, Printed Name
______________________________________
Bank Representative, Signature
___________________________________
Date
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-32
FINANCIAL QUALIFICATIONS
JOB NO.10300-11/-09
Following are two Dun & Bradstreet rating component sheets to assist in the evaluation of the
responsible bidder’s tangible net worth and credit worthiness.
D & B RATING KEY
Quickly assesses a company’s size and composite credit appraisal, e.g., a company rated 3A3
has a worth of $1,000,000 - $9,999,000 based on an interim or fiscal balance sheet and a
composite credit appraisal of ‘Fair’.
Key to Employee Range
ER1
ER2
ER3
ER4
ER5
ER6
ER7
ER8
ERN
1,000 or more
500-999
100-499
50-99
20-49
10-19
5-9
1-4
Not Available
Rating Classification
Composite Credit Appraisal
Based on Worth from Interim or Fiscal Balance Sheet HIGH
GOOD FAIR
LIMITED
5A
$50,000,000 and Over
1
2
3
4
4A
10,000,000 to
$49,999,999
1
2
3
4
3A
1,000,000 to
9,999,999
1
2
3
4
2A
750,000 to
999,999
1
2
3
4
1A
500,000 to
749,999
1
2
3
4
BA
300,000 to
499,999
1
2
3
4
BB
200,000 to
299,999
1
2
3
4
CB
125,000 to
199,999
1
2
3
4
CC
75,000 to
124,999
1
2
3
4
DC
50,000 to
74,999
1
2
3
4
DD
35,000 to
49,999
1
2
3
4
EE
20,000 to
34,999
1
2
3
4
FF
10,000 to
19,999
1
2
3
4
GG
5,000 to
9,999
1
2
3
4
HH
up to
4,999
1
2
3
4
Rating Classification
Based on Number of Employees
1R
10 employees and Over
2R
1 to
9
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-33
Composite Credit Appraisal
GOOD FAIR
LIMITED
2
3
4
2
3
4
FINANCIAL QUALIFICATIONS
JOB NO.10300-11/-09
WHAT THE RATINGS MEAN
5A to HH – ‘5A’ to ‘HH’ Ratings reflect company size based on worth or equity as computed by
D&B. Company size can be an effective indicator of credit capacity. These Ratings are
assigned to businesses that have supplied D&B with a current financial statement.
1R and 2R – the ‘1R’ and ‘2R’ Rating categories reflect company size based on the total
number of employees for the business. They are assigned to business files that do not contain
a current financial statement.
Composite Credit Appraisal: The Composite Credit Appraisal is a number, one through four,
that makes up the second half of the company’s rating and reflects D&B’s overall assessment of
that firm’s credit worthiness. The Composite Credit Appraisal is based on analysis by D&B of
company payments, financial information, public records, business age and other important
factors (where available).
A ‘2’ is the highest Composite Credit Appraisal a company not supplying D&B with current
financial information can receive.
Rating: May also include the ‘- -’ symbol, or absence of a D&B Rating. This symbol should not
be interpreted as indicating that credit should be denied. It means that the information available
to D&B does not permit us to classify the company within our Rating key and that further inquiry
should be made before reaching a credit decision. Some reasons for using the ‘- -’ symbol
includes: deficit net worth, bankruptcy proceedings, lack of sufficient payment information or
incomplete history indicator.
Date Applied: Allows you to review a company’s rating changes over time (the last 10 Rating
changes or any changes since 1991 if less than 10 are provided).
ER (Employee Range): Certain lines of business do not lend themselves to classification under
the D&B Rating system. Instead, we assign these types of businesses an Employee Range
symbol based on the number of people employed. No other significance should be attached to
this symbol. For example, a Rating of 'ER7' means there are between five and nine employees
in the company. 'ERN' should not be interpreted negatively. It simply means we do not have
information indicating how many people are employed at this firm.
DS (DUNS) Support: This indicates that the information available to D&B does not permit us to
classify the company within our Rating key. When ordering these reports an investigation can
be performed and results sent to you within four working days, at no additional charge.
INV (Investigation Being Conducted): When an ‘INV’ appears, it means an investigation is
being conducted on this business to get the most current details.
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-34
FINANCIAL QUALIFICATIONS
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
SITE VISIT AFFIDAVIT TO BE EXECUTED
BY BIDDER, NOTARIZED AND SUBMITTED WITH BID
(To Accompany Bid)
State of California
)
) ss.
County of ________________________________ )
____________________________________, being first duly sworn, deposes and says that
(Contractor’s Authorized Representative)
he or she is _________________________ of ____________________________________,
(Title of Representative)
(Contractor’s Legal Name)
the party making the foregoing Bid, has visited the Project site(s) as described in the Contract
Documents and has examined and familiarized themselves with the existing conditions, as well
as all other conditions relating to the construction which will be performed. The submitting of a
Bid shall be considered an acknowledgment on the part of the Bidder of familiarity with
conditions at the site of the Work and that the site examination has provided adequate and
sufficient information related to existing conditions which may affect cost, progress or
performance of the Work.
___________________________________
Signature of Authorized Representative
__________________________________
Type/Print Name of Bidder
___________________________________
Type/Print Representative’s Name
___________________________________
Type/Print Title
__________________________________
Date
(Acknowledgement)
Subscribed and sworn before me by
day of
, this
,
.
(SEAL)
Notary Public
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-35
SITE VISIT AFFIDAVIT
JOB NO.10300-11/-09
THIS PAGE INTENTIONALLY BLANK
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-36
SITE VISIT AFFIDAVIT
JOB NO.10300-11/-09
LAS GALLINAS VALLEY SANITARY DISTRICT
300 Smith Ranch Road
San Rafael, California 94903
BIDDER’S SIGNATURE PAGE
By my signature on this proposal I certify, under penalty of perjury under the laws of the State of
California, that the information submitted with this proposal for the CIVIC CENTER NORTH
PUMP STATION AND JOHN DUCKETT PUMP STATION STANDBY GENERATOR
REPLACEMENT PROJECT, JOB NO. 10300-11/-09, which information includes, but is not
limited to, the Bidder’s Check List, Proposal Cover Page and Bid Schedule, Acknowledgement
of Bid Addenda, Bid Bond, Contractor License Information, List of Proposed Subcontractors,
Workers Compensation Insurance Certification, Non-Collusion Affidavit, Drug-Free Workplace
Certification, Debarment Certification, Statement of Experience of Bidder, Financial
Qualifications, and Site Visit Affidavit are accurate, true and correct, and are submitted in
accordance with the requirements of the bid package issued by the Las Gallinas Valley Sanitary
District concerning CIVIC CENTER NORTH PUMP STATION AND JOHN DUCKETT PUMP
STATION STANDBY GENERATOR REPLACEMENT PROJECT, JOB NO. 10300-11/-09, and
applicable law. By my signature on this proposal I further certify that I am legally authorized to
bind the bidder in accordance with the requirements of the bid package.
Date: _____________________
_________________________________
(Typed or printed name)
_________________________________
(Signature)
_________________________________
(Bidder)
Bidder Business Address (Street, City, State and Zip Code)
Bidder Business Phone No.: ________________________
Bidder Business Fax No.: __
______
CIVIC CENTER NORTH AND JOHN DUCKETT PS
STANDBY GENERATOR REPLACEMENT PROJECT
2-37
BIDDER’S SIGNATURE PAGE
JOB NO.10300-11/-09
THIS PAGE INTENTIONALLY BLANK
APPENDIX A
SAFE WORK REQUIREMENTS
(TO BE SIGNED BY THE CONTRACTOR AND SUBMITTED WITH THE
CONTRACTOR’S SAFETY MANUAL AFTER AWARD OF CONTRACT.)
LAS GALLINAS VALLEY SANITARY DISTRICT
SAFE WORK REQUIREMENTS
Updated May 11, 2010
SAFETY POLICY
Contractors and their subcontractors working for the Las Gallinas Valley Sanitary District shall
comply with all applicable federal, state, and local safety orders in the performance of any work on
District projects. In addition, Contractors and their subcontractors shall comply with all safety
regulations and procedures listed in this Safe Work Requirements. Contractors shall take any
additional precautions necessary to prevent injury or damage to persons, property, or interference
with District operations.
Contractors shall be responsible for notifying employees, subcontractors, and invitees of these
District Safe Work Requirements. No work within District facilities or on District contract work
sites shall begin prior to such notification. Contractor shall not allow a new employee or new
subcontractor to begin work on District projects without having conducted a full and proper safety
orientation.
Contractors doing work at the Treatment Plant facility, lift stations or sewage conveyance systems
shall schedule a safety orientation session for their site Superintendent and other Contractordesignated personnel with the Authorized District Representative prior to commencing work. The
orientation session shall include emergency procedures, an explanation of applicable District safety
policies, and any unique and inherent hazards of District facilities. It is then the responsibility of the
Contractor's Superintendent or designated personnel to orient and so inform all personnel under the
Contractor’s supervision.
The District may, in its sole discretion, either temporarily or permanently remove a Contractor’s
employee from District work and/or terminate the Contractor’s right to proceed for any violation of
applicable Cal/OSHA Construction Safety Orders or these District Safe Work Requirements.
DEFINITIONS
As used in this Safe Work Requirement, the following definitions are applicable:
A.
PARTS AND MATERIALS:
All products, materials, devices, systems, or installations installed by Contractor shall have
been approved, listed, labeled, or certified as conforming to applicable governmental or other
nationally recognized standards, or applicable scientific principles. The listing, labeling, or
certification of conformity shall be based upon an evaluation performed by a person, firm, or
entity with appropriate registered engineering competence; or by a person, firm, or entity,
A-1
LAS GALLINAS VALLEY SANITARY DISTRICT
SAFE WORK REQUIREMENTS
UPDATED MAY 10, 2010
independent of the manufacturer or supplier of the product, with demonstrated competence in
the field of such evaluation.
B.
CONTRACTOR
Designates “Contractor”, “Contractors”, “Sub-Contractors”, “Suppliers”, and all employees
of each.
C.
AUTHORIZED DISTRICT REPRESENTATIVE
The District’s Authorized Representatives shall be the employee(s) designated by the District
to be responsible for communicating with the Contractor.
D.
DISTRICT JURISDICTION
For the purposes of these regulations, “District” Shall mean the Las Gallinas Valley Sanitary
District.
E.
TREATMENT PLANT AND FACILITIES
For the purposes of these regulations, “Treatment Plant & Facilities” shall include the
District's Wastewater Treatment Plant, lift stations and sewage conveyance systems located
within the boundaries of the District.
EMERGENCY PROCEDURES
A.
FIRST AID
Contractors shall be responsible for providing first aid and medical treatment for their
employees and for compliance with the first aid requirements of all applicable Cal/OSHA
Construction Safety Orders.
Contractors shall be responsible for making prior arrangements for emergency medical care
and for transportation of injured Contractor personnel.
B.
FIRE
When work is being performed which generates sparks or open flames, the Contractor will
provide a fire watch, a person trained in the use of appropriate firefighting equipment, whose
only task is to observe and extinguish fires. A District “Hot Works” permit must be filled
out and turned into the Collection System / Safety Manager, or General Manager when the
Safety Manager is not available, when work is completed. Contractor shall ensure that
appropriate fire extinguisher(s) are available at the specific work site for use in case of a fire.
All Contractor’s employees shall be properly trained to use them.
In the event of a fire, Contractor shall immediately notify the nearest District employee, and
if possible, call emergency (911) and give the location of the plant, which is 300 Smith
Ranch Rd. San Rafael. A map of the wastewater plant is included in this policy. Refer to
Attachment A.
A-2
LAS GALLINAS VALLEY SANITARY DISTRICT
SAFE WORK REQUIREMENTS
UPDATED MAY 10, 2010
BASIC SAFETY RESPONSIBILITIES AT DISTRICT FACILITIES
A.
COMMUNICATION
Contractor shall maintain close communication with the Authorized District Representative.
Contractors should sign-in at the office at the beginning and end of each day along with a
headcount of crew members.
B.
RESPONSIBILITY
Contractor shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with the work. The Contractor shall take all
necessary precautions for the safety of, and shall provide the necessary protection to prevent
damage, injury or loss, to:
1.
2.
3.
All employees on the work site and other persons and organizations who may be
affected thereby.
All the work, materials, and equipment to be incorporated therein, whether in storage
or off the site.
Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures and utilities not designated for removal, relocation,
or replacement in the course of construction.
Contractor shall comply with all applicable laws and regulations (whether referred to herein
or not) of any public agency having jurisdiction over the safety of persons or property, or the
protection of persons from damage, injury, or loss, and shall erect and maintain all necessary
safeguards for such safety and protection. Contractor shall notify owners of adjacent
property and facilities when performance of the work may affect them, and shall cooperate
with them in the protection, removal, relocation and replacement of their property and
facilities.
Contractor shall designate a responsible representative at the site whose duty shall be the
prevention of accidents. This person shall be the Contractor's Superintendent unless
otherwise designated in writing by the Contractor to the District.
C.
GENERAL SAFETY REGULATIONS
Basic Rules:
·
Work shall not begin until the Contractor's personnel have been informed of the
District's Safe Work Requirements and potential hazards. The District employee
responsible for the project is responsible for advising the Contractor of the District’s
Safe Work Requirements and potential hazards.
·
All safety procedures applicable to the job being performed, including use of
appropriate protection equipment, shall be followed.
·
The Contractor’s personnel shall never operate, use, adjust, modify or relocate any
District equipment, switches, valves, or other controls. The Authorized District
A-3
LAS GALLINAS VALLEY SANITARY DISTRICT
SAFE WORK REQUIREMENTS
UPDATED MAY 10, 2010
Representative must be contacted should operation, adjustment, modification, or
relocation of District equipment be necessary.
·
Contractor’s use of District instruments, tools, ladders, scaffolding or other
equipment is not permitted except in cases of emergency as determined by a District
supervisor or by permission from a senior Manager of the District.
·
Drinking water shall be supplied by Contractor. Do Not Drink Water from Hose
Connections at any District Facility.
1.
2.
3.
Hose bib connections are located throughout the treatment plant. Most of
these supply treated wastewater and may or may not be posted with signs
reading “Do Not Drink.” In any case, never drink water from hose bibs or
hoses.
Water lines throughout the treatment plant are color coded (when not
stainless steel) and labeled as follows:
Recycle Water Piping
Purple
Domestic Water Piping
Blue
Service Water Piping (Plant Effluent)
Gray
Hose connections may be used to wash down equipment. Never hose down
electrical or heated equipment of any kind. If an employee has used a gray or
purple water hose for wash down, he/she should immediately wash their
hands in domestic water with soap.
·
NEVER make any connection to any water line without first verifying with the
Authorized District Representative that contamination of the water lines will not
occur.
·
Use of alcoholic beverages and/or illegal drugs by Contractor or any employee is
strictly prohibited. Smoking within the plant is prohibited. Use of prescription or
non-prescription drugs which interfere with the individual’s ability to work safely is
also prohibited.
·
Contractor shall advise the Authorized District Representative of any employee with
any medical conditions that could put the employee in danger.
Personal Protection Equipment:
·
Contractor shall be responsible for providing and assuring use by employees of all
OSHA required protective equipment.
·
Approved respiratory equipment shall be worn when the possibility of exposure to
hazardous dusts, vapors, fumes, mists, or gases exists. In addition to all other safety
regulations, pipes or conduit should be mechanically BLOCKED off when being
worked on. District safety procedures shall be followed when working on, but not
limited to, the following systems:
1)
Natural gas and sludge gas (Methane)
A-4
LAS GALLINAS VALLEY SANITARY DISTRICT
2)
3)
4)
5)
6)
·
SAFE WORK REQUIREMENTS
UPDATED MAY 10, 2010
Ferrous Chloride
Polymer
Hypochlorite
Compressed Air
Sodium Bisulfite
Contractor shall be responsible for determining the existence and location of such
systems prior to commencement of work.
Power Tools and Welding Equipment:
·
Gasoline and electrical powered hand tools shall be protected by approved ground
fault circuit interrupters, or shall be double insulated. Cords shall be inspected daily
prior to use. Damaged cords shall not be used on District work.
D.
·
Pneumatic driven power tools shall be disconnected from air lines when not in use.
Hoses shall be inspected daily prior to use. Damaged hoses shall not be used on
District work.
·
Power tools shall be used only by trained personnel who have a valid license (when
applicable, i.e, welding) in their possession. Proper warning signs shall be posted
when these tools are in use.
·
Electric and gas welding and cutting tools, including cords and gas hoses, shall be
inspected daily prior to use. Damaged cords and gas hoses shall not be used on
District work.
·
Contractor and Contractor employees’ tools and equipment used on District work
sites shall be in safe operating condition and shall conform to the requirements of
Cal/OSHA regulations. All personnel using such tools shall be properly trained.
BARRICADES AND SIGNS FOR TRAFFIC CONTROL
All Contractors, permittees, or agencies doing work for District which requires traffic control
shall:
1)
Install and maintain required traffic devices.
2)
Provide appropriately equipped flag persons when required.
3)
Provide adequate safeguards for workers and District personnel.
4)
Maintain access for District personnel to all District facilities.
All work on streets, roadways, or similar thoroughfares shall comply with the Federal
Highway Administration’s “Manual on Uniform Traffic Control Devices for Streets and
Highways” and any local ordinances. District Plant speed is maximum 10 mph.
A-5
LAS GALLINAS VALLEY SANITARY DISTRICT
SAFE WORK REQUIREMENTS
UPDATED MAY 10, 2010
SPECIAL PROCEDURES AND UNIQUE HAZARDS
A.
CONFINED SPACE ENTRY
Confined spaces of all types exist throughout the District and throughout the plant and range
from open trenches and manholes, to tanks, clarifiers and digesters. Contractors are required
to meet Cal/OSHA safety standards for CONFINED SPACE ENTRY OPERATIONS, Title
8 Article 108 (Sections 5156-5159), or the most current CAL/OSHA applicable standards,
and to provide a safe working environment for their employees. All Contractors directing or
working in confined spaces are required to notify the Authorized District Representative.
Contractors are responsible for all operations, testing, equipment calibration, ventilation, and
entry per the Cal/OSHA standards. Contractors are responsible for all confined space
permits and all appropriate equipment. Completed confined space permits are to be turned in
to the District’s safety manager.
B.
ELECTRICAL SUPPLY SYSTEMS
The treatment plant’s Electrical Supply System consists of one 85KW digester/methane gas
fired engine driven generator., one 500KW diesel oil engine driven standby generator and
one 380 KW trailer mounted standby generator, and solar power. All electrical power
generated in the plant and PG&E power (beyond their transformer) is 480 volt, 3 phase, 60
Hz electricity and is delivered to one 480 volt switchgear panel. This panel is interconnected
by cables and protected by breakers, relays and monitoring devices.
Electricity is dispersed from the switchgear through breakers and cables to motor control
centers (MCC’s), to power panels, to transformers (voltage reducers), to lighting panels and
to motor driven pumps and equipment. Lockable control stations are located at each piece of
equipment. 480 volt, 208 volt and 120 volt electricity is used in the plant. Contact the duty
operator prior to working on any piece of electrical equipment. Electricity is hazardous and
can burn or kill people.
All work on electrical systems shall be done in accordance with the State of California,
CAL/OSHA, Article 33, Electrical Requirements for construction work, Low Voltage
Electrical Safety Orders.
C.
FERROUS CHLORIDE SYSTEMS -
AS OF 04/2010 FERROUS CHLORIDE IS CURRENTLY NOT
BEING USED
The Ferric Chloride System consists of a large steel cylindrical (rubber lined) storage tank
with loading and unloading nozzles, pressure relief valve and a positive displacement pump
with feed rate adjustment. Shut-off valves are located before and after the pump. Before
working on this system, close all valves and disconnect the pump from electricity.
Ferric Chloride is a dangerous chemical which will attack the skin, eyes and the mucous
membranes of the mouth, throat and lungs. Contact the plant duty operator prior to working
on this system.
A-6
LAS GALLINAS VALLEY SANITARY DISTRICT
D.
SAFE WORK REQUIREMENTS
UPDATED MAY 10, 2010
DIGESTER GAS SYSTEM
The Digester Gas System consists of one steel tank, associated piping, compressors, flare,
etc. Sludge is bacterially reduced in the tanks creating principally methane (CH) and other
combustible hazardous gases, including hydrogen sulfide (H2S). Hydrogen sulfide is toxic at
very low concentrations. These gases are contained by the tank covers and piping which is
located on overhead racks, in pipe trenches and buried throughout the plant. The gases are
burned in large engines driving generators to make electricity for the plant. Heat from the
engines is captured and piped to the digesters to heat the sludge, speeding up the digestion
process.
Digesters and the stored gases within them are hazardous. No smoking, cutting, or sparkgenerating equipment is allowed on or within ten feet of any digester. Contact the duty
operator prior to working on digesters.
E.
HYPOCHLORITE SYSTEM
Hypochlorite, or concentrated chlorine bleach (12.5%), is used to disinfect, or kill bacteria
and virus in the final effluent (water) discharged from the plant. Two tanks, one 6,000
gallons and one 3,400 gallons are used to store hypochlorite. Piping, valves, pumps, strainers
(filters) and flow measuring and control equipment make up the system. Hypochlorite will
attack clothing, skin, eyes and mucous membranes of the nose, mouth, throat and lungs.
Contact the duty operator prior to working on the hypochlorite system.
F.
SODIUM BISULFITE
Sodium bisulfite is used when neutralizing sodium hypochlorite. Two tanks, one 4,00
gallons and one 2,500 gallons are used to store sodium bisulfite. Piping, valves, pumps,
strainers (filters) and flow measuring and control equipment make up the system. Sodium
bisulfite is an irritant to eyes, skin and mucous membranes. Inhalation of mist may cause
irritation to respiratory tract. Contact the duty operator prior to working on the sodium
bisulfite system.
G.
GENERAL HAZARDS
Throughout District’s treatment plant and facilities there are a number of extremely
hazardous elements that are dangerous. They include, but are not limited, to:
·
·
·
·
·
Flammable gas and petroleum.
H2S (hydrogen sulfite)
Deep pools of liquid sewage which are rarely patrolled, and for which self-rescue is
unlikely.
Automatic start equipment.
HBV (Hepatitis B Virus)
A-7
LAS GALLINAS VALLEY SANITARY DISTRICT
SAFE WORK REQUIREMENTS
UPDATED MAY 10, 2010
The undersigned acknowledges receipt of and has read and fully understands these District Safe
Work Requirements.
CONTRACTOR
Signed:
Name:
Title:
Date:
Company:
A-8
Attachment A
Evacuation Plant Area Map
LAS GALLINAS VALLEY SANITARY DISTRICT
SAFE WORK REQUIREMENTS
UPDATED MAY 10, 2010
Appendix A /Attachment A. Page-1
LAS GALLINAS VALLEY SANITARY DISTRICT
SAFE WORK REQUIREMENTS
UPDATED MAY 10, 2010
This page intentially left blank
Appendix A /Attachment A. Page -2
APPENDIX B
CONFINED SPACE ENTRY REQUIREMENTS
(TO BE SIGNED BY THE CONTRACTOR AND SUBMITTED WITH THE
CONTRACTOR’S SAFETY MANUAL AFTER AWARD OF CONTRACT.)
Las Gallinas Valley
Sanitary District
Confined Space
Entry
Program
LAS GALLINAS VALLEY SANITARY DISTRICT
Confined Space Entry Program
INTRODUCTION
1
PERMIT-REQUIRED CONFINED SPACES
2
ALTERNATE ENTRY PROCEDURES
2
SPECIAL ENTRY PROCEDURES
3
THE ENTRY PERMIT SYSTEM
3
HOT WORK PERMIT
3
Table 1: Main Plant PRCS
4
Table 2: Reclamation, Collection System, and Pump Stations Permit
Required Confined Spaces
5
DUTIES OF ENTRY TEAM
Entry Supervisor
Entrant
Attendant
PENTRY PROCEDURES
Pre-Entry
Entry
Post-Entry
6
7
RESCUE PROCEDURES
Self-Rescue
Non-Entry Rescue
Entry Rescue
Outside Rescue Services
8
NON-PERMIT CONFINED SPACES
9
CONTRACTORS
9
TRAINING
10
LGVSD CONFINED SPACE ENTRY PERMIT FORM
11
LGVSD HOT WORK PERMIT FORM
12
LAS GALLINAS VALLEY SANITARY DISTRICT
CONFINED SPACE ENTRY REQUIREMENTS
UPDATED FEBRUARY 14, 2007
INTRODUCTION
The purpose of Las Gallinas Valley Sanitary District's confined space entry program is to protect
employees who work in manholes, pump stations, tanks, or any other confined space that could
expose employees to hazardous conditions or substances. The program establishes an entry
permit system and procedures to ensure that potential hazards of each confined space are
identified and evaluated and that appropriate safety precautions are taken before an employee
enters the space.
Employees will be given an opportunity to participate in the development and implementation of
LGVSD's confined space procedures. The program will be revised or procedures will be
modified whenever suggestions or recommendations from employees would improve confined
space safety.
The policies and procedures in this program are consistent with the requirements of Cal/OSHA
General Industry Safety Orders, Title 8, Sections 5156 and 5157 and supersede previous confined
space policies and procedures. The program applies to all employees who work in, or in
connection with LGVSD confined spaces.
Confined spaces at LGVSD have been identified based on the definitions in Section 5157 as
follows:
Confined Space is a space that:
1. Is large enough and so configured that an employee can bodily enter and
perform assigned work; and
2. Has limited or restricted means for entry or exit; and
3. Is not designed for continuous employee occupancy.
Permit-Required Confined Space is a space that has one or more of the following
characteristics:
1. Contains or has a potential to contain a hazardous atmosphere;
2. Contains a material that has the potential for engulfing an entrant;
3. Has an internal configuration such that an entrant could be trapped or
asphyxiated by inwardly converging walls or by a floor which slopes
downward and tapers to a smaller cross section; or
4. Contains any other recognized serious safety or health hazard.
Non-Permit Confined Space is a space that does not contain (or with respect to
atmospheric hazards, has no potential to contain) any hazard capable of causing death or
serious physical harm.
B-1
LAS GALLINAS VALLEY SANITARY DISTRICT
CONFINED SPACE ENTRY REQUIREMENTS
UPDATED FEBRUARY 14, 2007
Employees who work in or in connection with confined spaces are required to follow the
procedures described in this program and to take all the appropriate precautions to ensure that the
work is performed safely. At no time should an employee enter a confined space or perform work
in the space unless it can be done safely.
PERMIT-REQUIRED CONFINED SPACEs
The tables on pages B-4 and B-5 list confined spaces at LGVSD that require a permit to enter.
Potential hazards associated with these spaces include engulfment, toxic gases, explosive or
flammable gases, oxygen deficiency, electrical and mechanical hazards, and may under certain
circumstances involve heat stress. Warning signs will be posted at wet wells and similar
locations to inform employees that the space requires a permit to enter. To prevent unauthorized
entry, each of these spaces will be secured.
Using the entry permit, a non-entry evaluation must be done so that potential hazards can be
identified and the appropriate safety precautions taken. The types of hazards that may be
encountered, pre-entry safety checks, and the types of safety equipment that will be used are
entered on the permit. Only the person designated as the entry supervisor has the authority to
authorize the entry permit. At least three employees are required for a permit-required confined
space entry which would include an attendant and a standby rescuer.
The tables on pages B-4 and B-5 that list permit-required confined spaces at LGVSD are not allinclusive. Other spaces may be determined to be permit-required after evaluating the conditions
or circumstances of the entry. The type of work to be performed in the space could introduce
hazards to an otherwise safe space. Working with flammable or toxic substances, welding or
other hot work, or drifting vapors from outside sources would make a space hazardous or
potentially hazardous and therefore require a permit to enter.
ALTERNATE ENTRY PROCEDURES
Alternate procedures are allowed in permit-required spaces where it can be demonstrated and
documented that the only hazard or potential hazard is an atmospheric one, and that continuous
forced air ventilation alone will maintain the space safe for entry. A trained, qualified employee
may enter these confined spaces without an attendant or rescue preparations provided the
following conditions are met.
1.
2.
3.
4.
5.
6.
All unsafe conditions are eliminated before the confined space cover is
removed.
The entrance to the space is guarded with a railing or other type of barrier to
prevent an accidental fall through the opening and to protect employee in the
space.
The atmosphere is tested before entry in the following order: O2, LEL/LFL,
H2S.
No entrance is made until hazardous atmosphere is eliminated.
There is no hazardous atmosphere when employees are in the space.
Continuous forced ventilation is used.
B-2
LAS GALLINAS VALLEY SANITARY DISTRICT
7.
8.
9.
10.
11.
12.
CONFINED SPACE ENTRY REQUIREMENTS
UPDATED FEBRUARY 14, 2007
The air supply is clean and will not increase hazards.
The air supply is directed to area where employees are working.
The atmosphere is tested every 15 minutes to ensure a hazardous atmosphere
is not developing.
Records of pre-entry and entry monitoring data and inspection data are
maintained.
The entrant certifies, in writing, that the required pre-entry measures have
been taken.
Monitoring and inspection data, and the certification information are made
available to each employee entering the space.
If a hazardous atmosphere develops in the space, or other hazards arise, alternate procedures can
no longer be used and the space must be reclassified as a fully permitted space.
SPECIAL ENTRY PROCEDURES
There are a few confined spaces at LGVSD that are not considered permit-required confined
spaces. As far as can be determined, these spaces do not contain any known hazard. However, as
a precautionary measure, employees are required to follow certain special procedures before
entering these spaces.
1.
2.
3.
4.
Test the atmospheric conditions prior to entry.
If atmospheric conditions are acceptable, entry can be made.
If atmospheric conditions are not acceptable, use alternate procedures.
If any other hazardous condition exists, follow permit-required confined
space procedures.
THE ENTRY PERMIT SYSTEM
Confined space entry permits are to be issued for a specific purpose, a specific work crew, and
for a specified period of time. The entry permit is a written authorization of the location and type
of work to be done. It also authorizes the personnel assigned to the job, and verifies that potential
hazards have been evaluated and controlled or eliminated, that proper safety precautions have
been taken, and it is safe for workers to enter. The permit must be kept at the work site (outside
the space) for the duration of the work and cancelled after the work is completed.
HOT WORK PERMIT
A hot work permit must be issued for any work that produces heat, sparks or flame in a permitrequired confined space. This includes but not limited to brazing, cutting, grinding, soldering,
and welding.
B-3
TABLE 1: MAIN PLANT PERMIT-REQUIRED CONFINED SPACES
MAIN PLANT
Marinwood Pump Station
Pre Wet Well Structure
Wet Well
Alternate
Permit- or Special
Required Procedure
•
•
Valve Pit
Flow Meter Pit (F1)
Primary Clarifier
Tank
Scum Pit
Weir Overflow Pit
Chemical Tank
Sodium Hydroxide Tank
Methane Tank
Methane Scrubber Tank
Primary Digester
Tank
Valve Pit
Bypass Channel
Wet Well/Supply Pumps
SP
SP
Tank
Scum Pit
Outlet Channel
Inlet Channel
Clarifier Return Pit
Wet Well
Inflluent Flow Meter Pit
Grease Storage Tank
Intermediate Clarifier East
Diversion Structure
Tank
Scum Pit
Weir Overflow Pit (2)
Intermediate Clarifier West
Tank
Scum Pit
Weir Overflow Pit
Sludge Thickener
Influent Pit
Tank
Scum Pit
Inlet Channel
Center Column
F8 Flow Meter Manhole
Effluent Channel
Backwash Return Wet Well
Hypochlorite Storage Tank
Digester Supernatant Pump Station
Wet Well
Valve Pit
•
Tank
SP
•
•
•
•
•
•
•
Priim/Sec Biofilter Diversion Vault
Secondary Biofilter
Effluent Box
Underdrain
Pump Pit
Flow Meter (F4)
Effluent Box
Scum Pit
Fixed Film Reactor
Tank
Underdrain
Center Column
F4 Diversion Box
Influent and Effluent Wet well
SP
Filter Water Storage Tank
Chlorine Sample Pump #2
Wet Well
•
•
•
•
Valve Pit
Chlorine Contact Chamber/DBF Backwash
Tank
Pipe Inspection Manhole
•
Plant Effluent Water Pump Wet Well
Bisulfite
•
•
Wet Well
Tanks
White Shack Effluent Box
•
•
•
Wet Well
Flow Meter Pit (F5)
Effluent Pipe Inspection Manhole
Stormwater Pump Station
Valve Pit
Underdrain
•
•
•
•
•
•
•
•
•
•
•
•
SP
SP
Secondary Clarifier
Primary Biofilter
Pump Pit Dry Well
Tanks
Underdrain
•
Valve Pit
Intermediate Flow Meter Pit (F3)
Aerated Grit
Valve Pit
Weir Overflow Pit
•
•
•
•
•
•
•
Secondary Digester
Tank
MAIN PLANT
Deep Bed Filter
Alternate
Permit- or Special
Required Procedure
Wet Well
•
•
•
•
•
SP
Flow Metet Pit (F9)
Miller Creek Plant Effluent Box Wet Well
Storm Ponds Pump Pit Wet Wells
Centrifuge Pit Tank
Gardener's Building (ventilate before entry)
F4 - DBF Efflent Box
DBF Effluent Weir Box/Plant Water Pump
MMWD Backwash Return Wet Wells (2)
B-4
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
SP
SP
TABLE 2: RECLAMATION, COLLECTION SYSTEM,
AND PUMP STATIONS PERMIT-REQUIRED CONFINED SPACES
Location
PermitAlternate
Required Procedure
Location
RECLAMATION
Diversion box
Wet Well
Valve Pit
Underdrain
Transfer Box
Wet Well
Valve Pit
Underdrain
Wet Well
Flow Meter Pit (F6)
Sludge Supernatant Pump Station
Wet Well
Dry Well
Valve Pit
Pond Diverson Gate Boxes
Pond Infkuent/Effluent Boxes
Sludge Ponds (3)
McInnis Park
•
•
•
•
•
•
Wet Well
Smith Ranch
Wet Well
•
•
•
•
Valve Pit
Flow Meter Pit
•
Industrial Park
Wet Well
•
Valve Pit
•
•
•
•
Valve Pit
John Duckett
Wet Well
•
Valve Pit
Flow Meter Pit
•
Comminutor Deck
Civic Center North
Wet Well
•
Valve Pit
Marin Lagoon (9)
Wet Well
•
Valve Pit
COLLECTION SYSTEM
All Manholes
Air Release Valves
Valve Boxes
Alternate
Procedure
PUMP STAIONS
Meter Pit (F7)
Reclamation Pump Station
PermitRequired
•
•
Mulligan
Wet Well
•
•
Valve Pit
Venetia Harbor
Wet Well
•
Valve Pit
Hawthorne
Wet Well
•
Dry Well
Adrian Way
Wet Well
•
Valve Pit
Descanso Way
Wet Well
•
Valve Pit
McPhail
Wet Well
•
Valve Pit
San Rafael Meadows
Wet Well
Valve Pit
SPECIAL ENTRY PROCEDURES (SP)
1. Test atmospheric conditions prior to entry.
2. If atmospheric conditions are acceptable, entry can be made.
3. If atmospheric conditions are not acceptable, use alternate procedures.
4. If any other hazardous condition exists, follow permit-reuired confied space procedures.
B-5
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
LAS GALLINAS VALLEY SANITARY DISTRICT
CONFINED SPACE ENTRY REQUIREMENTS
UPDATED FEBRUARY 14, 2007
DUTIES OF ENTRY TEAM
A permit-required confined space entry team will include an entry supervisor, entrant(s), and at
least one attendant. Before an employee begins confined space work, the work must be
authorized by the District Manager or Plant Superintendent. In the absence of the District
Manager and Plant Superintendent, the designated employee-in-charge may authorize the work.
As long as each individual can fully perform his/her duties, an entry supervisor may be the same
person as the entrant or the attendant. The safety precautions that should be taken with a permitrequired confined space entry will vary depending on the types of hazards or potential hazards
involved. Regardless of the types of hazards, it is the District's policy that in addition to an
attendant, a standby rescuer must be part of the entry team.
Duties of Entry Supervisor
1.
2.
3.
4.
5.
6.
7.
8.
Verifies that acceptable entry conditions exist.
Ensures acceptable entry conditions are maintained.
Verifies that the information and procedures on the entry permit are accurate and
complete.
Verifies that the equipment specified on the permit is in place and in good condition.
Reviews permit conditions and procedures with entrants and attendants.
Ensures unauthorized persons do not enter the space.
Signs the permit to authorize entry.
Cancels and files permit.
Duties of Entrant
1.
2.
3.
4.
5.
Properly uses the safety equipment and tools supplied.
Promptly notifies the attendant if any prohibited condition exists or any warning
signs or symptoms appear.
Quickly evacuates space if an order is given by the attendant or entry supervisor, if
any prohibited condition is detected, or if an alarm is activated.
Maintains communication with the attendant to enable attendant to monitor status of
space conditions and the entrants.
Adheres to the procedures and precautions indicated on the permit and provided in
training.
Duties of Attendant
1.
2.
3.
4.
Remains outside the permit space until relieved by another attendant.
Maintains communication with entrants.
Maintains accurate count and identification of entrants.
Monitors activities inside and outside the space.
B-6
LAS GALLINAS VALLEY SANITARY DISTRICT
5.
6.
7.
8.
CONFINED SPACE ENTRY REQUIREMENTS
UPDATED FEBRUARY 14, 2007
Orders entrants to evacuate if a prohibited condition exists, or behavioral effects of
hazardous exposure are detected, or activities outside space could endanger entrants,
or attendant cannot effectively perform all required duties.
Ensures unauthorized persons stay away from the space.
Performs non-entry rescue procedures or initiates on-site rescue operations.
Summons additional rescue services, when needed.
ENTRY PROCEDURES
Pre-Entry
1. Notify other work groups or employees who may be affected by any interruption in
service.
2. Determine (by entry supervisor or other qualified person) what hazards or potential
hazards are within the confined space.
3. Check that all safety equipment is available and in good working condition.
4. Check that atmosphere monitoring equipment has been calibrated as recommended by
manufacturer.
5. Without entering space:
a) Test atmosphere and record readings on permit.
Acceptable atmospheric conditions: Oxygen not less than 19.5% or more
than 23.5%, LEL/LFL not more than 10%, H2S not more than 10 ppm, CO
not more than 25 ppm.
b) Ventilate the space or check that ventilation system is operating properly.
6. Ensure that all affected employees observe pre-entry atmospheric testing.
7. Set up barrier around entrance to prevent accidental falls and to protect employees
from vehicles, or falling objects.
8. Check for physical hazards such as poor footing, structures and equipment that hinder
movement, and extreme temperatures or humidity that could affect worker safety.
9. Secure and lock out all energy sources (electrical, mechanical, hydraulic, pneumatic,
chemical) that are potentially hazardous to confined space workers. Follow
lockout/tagout procedures.
10. Disconnect, blind, or block lines to prevent development of hazardous conditions.
11. Use continuous forced air ventilation. Ensure that there is no recirculation of
exhausted air from blowers or the introduction of contaminants from the outside, such
as traffic exhaust, or vapors or toxic substances from other areas. Place blowers at
least 10 feet away from opening of space.
12. Entry supervisor reviews and authorizes entry permit if the space is safe to enter, and
all preparatory steps required for safe entry have been taken.
Entry
1. Only employees who have been trained on LGVSD's confined space entry and work
procedures are allowed to work in or around confined spaces.
B-7
LAS GALLINAS VALLEY SANITARY DISTRICT
CONFINED SPACE ENTRY REQUIREMENTS
UPDATED FEBRUARY 14, 2007
2. Only the work activity specified on the authorized permit is to be performed in the
confined space.
3. At least one attendant is required for confined space work.
4. If at any time during the performance of confined space work, dangerous
atmospheric conditions develop, work must stop and the space evacuate
immediately.
5. An attendant must be stationed outside the space at all times during the confined
space operations and remain in constant communication with workers in the space.
6. The attendant must order evacuation of the space whenever:
a) A condition not allowed on the permit is observed
b) Unusual behavior is observed
c) An outside situation endangers the confined space workers
d) The attendant must leave the work station
7. The permit must be cancelled if the air becomes hazardous after entry.
8. Respiratory equipment must be worn whenever a safe atmosphere cannot be assured
after implementing pre-entry procedures.
Post-Entry
The entry supervisor:
1. Cancels the permit by entering date and time of cancellation and signature.
2. On the reverse side of the permit, makes note of any problems encountered during
entry operations.
3. Places the cancelled permit in the safety files.
4. Notifies the Plant Superintendent if any equipment, safety gear or tools need to be
repaired or replaced.
RESCUE PROCEDURES
It is the District's policy that all employees who work in or in connection with confined spaces
must be trained in rescue procedures. Members of a permit space entry team must be
knowledgeable of the hazards or potential hazards, be able to recognize the signs and symptoms
of exposure, be trained in the selection and use of personal protective equipment, and be certified
in first-aid and cardiopulmonary resuscitation. Prior to each entry the team will plan and prepare
for non-entry and entry rescues and ensure that at least one standby is immediately available to
provide rescue services.
Self-Rescue
If possible, entrants should immediately leave the confined space:
1. When an alarm sounds.
2. At the first sign of any exposure symptoms.
3. When ordered to evacuate by attendant or entry supervisor.
B-8
LAS GALLINAS VALLEY SANITARY DISTRICT
CONFINED SPACE ENTRY REQUIREMENTS
UPDATED FEBRUARY 14, 2007
Non-Entry Rescue
If entrants cannot immediately evacuate the space at the first sign of trouble, the attendant should
attempt a non-entry rescue by retrieving the entrant using a harness and hoisting equipment. The
attendant must not enter the space unless relieved by another attendant. Retrieval systems must
be used in vertical permit spaces more than 5 feet deep.
Entry Rescue
Rescuers are to assume that a hazardous atmosphere exists if an entrant has slurred speech,
appears dizzy, disoriented, confused, unconscious, or displays any unusual behavior, or if
communication with the entrant is lost. A self-contained breathing apparatus must be worn for
entry rescues if a hazardous atmosphere is suspected or if there is any chance that it can develop.
Call 911 for assistance or if specialized equipment is needed to remove a worker.
Outside Rescue Services
Although outside rescue services may be present at the time of the entry or summoned to give
assistance and support in an emergency, members of the entry team must be prepared to give
immediate assistance to any of the entrants who may need it.
NON-PERMIT CONFINED SPACES
All confined spaces are considered permit-required until pre-entry procedures demonstrate
otherwise. A confined space may be designated a non-permit space, or a permit-required
confined space may be reclassified a non-permit space if all hazards have been eliminated.
Because atmospheric hazards are controlled with ventilation and not eliminated in spaces, these
spaces cannot be classified as non-permit spaces.
CONTRACTORS
Contractors and subcontractors who plan to work in LGVSD confined spaces will be given all
available information on LGVSD confined space hazards, the permit system, and entry
procedures. Contractors are required to use a permit system for entry into LGVSD permitrequired confined spacxes. Contractors are also required to coordinate work and entry activities
whenever LGVSD employees and contractor employees will be working in or near the permit
spaces.
At the conclusion of the contractor's work, the LGVSD supervisor in charge will debrief the
contractor to determine if any hazards were encountered or created during entry.
B-9
LAS GALLINAS VALLEY SANITARY DISTRICT
CONFINED SPACE ENTRY REQUIREMENTS
UPDATED FEBRUARY 14, 2007
TRAINING
All employees who work in or around confined spaces must be trained before performing any
confined space work. At a minimum, the training will include:
1.
2.
3.
4.
5.
6.
7.
8.
9.
Hazards of confined spaces.
Signs and symptoms of hazard exposure.
Duties of entrant, attendant, and entry supervisor.
Pre-entry and entry procedures.
LGVSD confined space permit system.
Selection and use of personal protective equipment.
Atmosphere test equipment.
Rescue procedures and equipment.
First Aid.
In addition, employees involved in confined space work will participate in simulated rescue
operations at least once per year. Review training will be provided whenever the need is
indicated, such as changes in procedures, introduction of new equipment, the hiring of new
employees or whenever deficiencies in implementing the program are observed.
Training records will be maintained which will include names and signatures of trainees and
trainers, dates and content of training. These records will be made available for inspection to
employees or their representatives
B-10
LGVSD CONFINED SPACE ENTRY PERMIT
Date issued:____________________ Permit Expiration Date/Time:_____________________
Location/Description of Space:___________________________________________________
Reason for Entry:______________________________________________________________
Work Site Permit:
Authorized entry permit and monitoring
data must remain at the work site until the
job is complete.
IN CASE OF EMERGENCY
CALL 911
Entry Supervisor:______________________________________________________
Authorized Attendants and Initials
Authorized Entrant and Initials:
___________________________________________________
__________________________________________________
___________________________________________________
__________________________________________________
___________________________________________________
__________________________________________________
Note: Indicate which attendant is assigned standby rescue duties. Initial of attendants and entrants indicate they understand their
assignments, responsibilities and duties.
Pre-Entry Checks (complete before obtaining work
Potential Hazards:
□ Manhole hook
authorization):
□ Oxygen deficiency
□ Barricades, cones, tape
□ Notified other work groups.
□ Oxygen enrichment
□ Portable blower and hose
□ Notified office personnel.
□ Flammable gases or vapors
□ Explosion-proof lighting
□ Checked that entry team training is current.
□ Toxic gases or vapors
□ Non-sparking tools
□ Reviewed entry procedures with team.
□ Mechanical hazards
□ Tool bucket and line
□ Set up barrier at entrance to space.
□ Electrical hazards
□ Ladder
□ Checked that gas detection equipment
□ Engulfment/entrapment
□ First aid kit
□ Noise
□ Fire extinguisher
□ Performed pre-entry atmosphere tests.
□ Heat/Cold
□ Radio communication equipment
□ Checked ventilation system.
□ Falls
□ Cell phone
□ Checked for physical hazards.
□ Falling objects
□ SCBA
□ Secured and locked out energy sources.
□ Other
□ Hard hat
□ Blocked or disconnected lines.
Safety Equipment:
□ Goggles, face shield
□ Discussed potential hazards with team.
□ Gas detection equipment w/spare batteries
□ Gloves
□ Reviewed emergency response procedures.
□ Safety harness
□ Rain suit
□ Checked condition of safety equipment.
□ Safety line
□ Rubber boots
□ Obtained work authorization signatures.
□ Wristlets
□ Other____________________________
□ Hoisting equipment
___________________________________
calibration is current.
Hot Work:
Does the entry involve hot work? □ Yes
□ No
If Yes, complete and attached a hot work permit.
Special Instructions:
_________________________________________________________________________________________________________________
_________________________________________________________________________________________________________________
__
Street Address: ___________________________________________________________________________________________________
Monitoring Data: Record monitoring data at 15-minute intervals on the reverse side of this permit.
Acceptable Atmospheric Conditions: Oxygen not less than 19.5% or more than 23.5%, LEL/LFL/not more than 10%, H2S not more than 10 ppm.
Work Authorization Signatures
Entry Authorization
Permit Cancellation
All confined space work must be authorized by the
General Manager, Plant Manager or Collection Crew
Manager
Work authorized by:
________________________________________
Date/Time:_______________________________
I certify that the confined space work authorized by this permit
has been reviewed with the entry team and that acceptable entry
conditions exist and the necessary equipment for safe entry has
been provided.
Entry supervisor signature:
___________________________________________________
B-11
Date:____________________________
Time:____________________________
Entry supervisor signature:
______________________________
LGVSD HOT WORK PERMIT
This form is to be filled out by employee before performing hot work.
Name:_____________________________________________________________________________________________
Date:___________________ Time:________________ Location of job:________________________________________
Detailed description of job:____________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
YES
NO
□
□
2. have all combustible materials (solids, liquids, gases) been removed from the work area?
□
□
3. Are there any gas lines or other lines carrying combustible/flammable materials?
□
□
4. If yes, have all lines be disconnected, blanked or otherwise protected?
□
□
5. Has atmospheric test data been collected in the work area?
□
□
6. Is a fire watch needed for this job?
□
□
7. Is a fire extinguisher or water hose available and ready to use at the job site?
□
□
8. Can flame or sparks ignite materials in work area or on lower floors or levels?
□
□
9. Are non-flammable tarps used to cover combustibles in the work area?
□
□
10. Have affected employees reviewed or given specific safety instructions?
□
□
11. Have screens been set up in the work area?
□
□
1. If the job is planned to be done indoors, can it be done outdoors or in the welding shop?
If yes, move to one of these locations.
Special precautions to be taken:________________________________________________________________________
__________________________________________________________________________________________________
I have reviewed and approved this permit:
Please make note of any actions taken based on the above
responses.
Date:______________________ Time:________________
________________________________________________
Signature of District Manager
B-12
LAS GALLINAS VALLEY SANITARY DISTRICT
CONFINED SPACE ENTRY REQUIREMENTS
UPDATED FEBRUARY 14, 2007
The undersigned acknowledges receipt of and has read and fully understands these District Confined
Space Entry Requirements.
CONTRACTOR
Signed:
Name:
Title:
Date:
Company:
B-13
APPENDIX C
INSURANCE FORMS
INTEGRATED INSURANCE & FINANCIAL SERVICES
Cer tificate of Liability Insur ance (Standar d For m)
Insurance Requirements in Contracts
92
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Certificate of Liability Insurance (Annotated Form)
2
This notice confirms the
provisions of the California Insurance Code,
§384. Other states have
similar provisions. It
states that the policy, not
the certificate governs
coverage.
This block identifies the
Agent or Broker.
1
3
The insured is your entity’s
contractor or lessee.
The insurer will be identified here.
The insurer letter appears again near
the left margin at “*3” to show which
insurer provides which coverage.
4
5
*3
This notice again states that the policy
supersedes the certificate form.
6
These sections show
the type of coverage
provided through the
agent or broker
identified in “1”
above. If the insured
uses more than one
broker, this
certificate will not
identify all existing.
9
This section will usually be used to restrict coverage to a
specific job or lease. Watch for restrictions that would
omit the coverage required by your specifications.
7
These two columns
show inception and
expiration dates for
policies identified. Pay
special attention that
coverage does not
expire before or during
your project or lease.
This column identifies limits per occurrence and
aggregate for each type of coverage afforded.
Pay special attention to low aggregate limits for
public works-type contractors. Losses on other
jobs may reduce your coverage.
Cancellation provisions
10
8
11
Certificate holder is your entity.
12
The authorized representative of the insurer should be
an employee, unless the agent or broker is specifically
authorized to sign on behalf of the company.
Insurance Requirements in Contracts
93
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
94
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
95
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
96
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
97
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
98
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Repr oduction of Insur ance Ser vices Office, Inc. For m
Modifications to ISO form CG 20 10 11 85:
1.
2.
3.
The Insured scheduled above includes the Insured's officers, officials,
employees and volunteers.
This insurance shall be primary as respects the Insured shown in the schedule
above, or if excess, shall stand in an unbroken chain of coverage excess of the
Named Insured's scheduled underlying primary coverage. In either event, any
other insurance maintained by the Insured scheduled above shall be in excess of
this insurance and shall not be called upon to contribute with it.
The insurance afforded by this policy shall not be canceled except after thirty
days prior written notice by certified mail return receipt requested has been given
to the Entity.
Insurance Requirements in Contracts
99
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
100
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
101
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
102
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
103
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
104
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
105
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
106
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of Insurance Services Office, Inc. Form
Insurance Requirements in Contracts
107
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of State Compensation Insurance Fund Form
STATE
COMPENSATION
INSURANCE
P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101
CERTIFICATE OF WORKERS’ COMPENSATION INSURANCE
FUND
POLICY NUMBER:
CERTIFICATE EXPIRES:
This is to certify that we have issued a valid Workers’ Compensation insurance policy in a form approved by the
California Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon 30 day’s written notice to the employer.
We will give you 30 day’s advance notice should this policy be canceled prior to its normal expiration.
This certificate of insurance is not an insurance policy and odes not amend, extend or alter the coverage afforded
by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other
document with respect to which this certificate may be issued or may pertain, the insurance afforded by the
policies described herein is subject to all the terms, exclusions and conditions of such policies.
______________________________
PRESIDENT
(Note: following text is typewritten addition to printed form)
THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION ENDORSEMENT
#2570. AGAINST (ENTITY) ___________________________, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS BY
REASON OF ANY PAYMENT UNDER THIS POLICY.
ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 07-20-87 IS ATTACHED TO
AND FORMS A PART OF THIS POLICY. ADDITIONAL INSURED EMPLOYER: ___________________________.
ENDORSEMENT #2065 ENTITLED 30 DAY CANCELLATION NOTICE EFFECTIVE 07-20-87 IS ATTACHED TO
AND FORMS A PART OF THIS POLICY.
LIABILITY OF THE STATE COMPENSATION INSURANCE FUND IS LIMITED TO $3,000,000 FOR ALL
DAMAGES FOR ONE OR MORE CLAIMS RESULTING FROM EACH ACCIDENT OF OCCURRENCE ARISING
OUT OF ANY ONE EVENT.
______________________________
EMPLOYER
Insurance Requirements in Contracts
112
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of State Compensation Insurance Fund Form
STATE
COMPENSATION
INSURANCE
ADDITIONAL INSURED EMPLOYER
ENDORSEMENT AGREEMENT
FUND
Home Office
San Francisco
All Effective Dates are at 12:01 AM Pacific Standard Time
or the Time Indicated at Pacific Standard Time
ANYTHING IN THIS POLICY TO THE CONTRACT NOTWITHSTANDING, IT IS AGREED THAT
EMPLOYER:
NAMED OF ADDITIONAL INSURED
(ONE NAME PER ENDORSEMENT)
IS HEREBY NAMED AS AN ADDITIONAL INSURED EMPLOYER ON THIS POLICY BUT ONLY
AS RESPECTS EMPLOYEES WHOSE NAMES APPEAR ON THE PAYROLL RECORDS OF
(POLICY NAME)
(HEREIN CALLED THE PRIMARY INSURED) WHILE THOSE EMPLOYEES ARE ENGAGED
IN WORK UNDER THE SIMULTANEOUS DIRECTION AND CONTROL OF THE PRIMARY INSURED
AND THE ADDITIONAL INSURED EMPLOYER.
IT IS FURTHER AGREED THAT THE PAYMENT OF THE FULL PREMIUM DUE AND
PAYABLE UNDER THIS POLICY SHALL REMAIN THE SOLE RESPONSIBILITY OF THE PRIMARY
INSURED.
NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HALED TO VARY, ALTER, WAIVE OR
EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS POLICY OTHER
THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR
LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT.
COUNTERSIGNED AND ISSUED AT SAN FRANCISCO
Insurance Requirements in Contracts
0015
113
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of State Compensation Insurance Fund Form
STATE
COMPENSATION
INSURANCE
ADDITIONAL INSURED EMPLOYER
ENDORSEMENT AGREEMENT
FUND
Home Office
San Francisco
All Effective Dates are at 12:01 AM Pacific Standard Time
or the Time Indicated at Pacific Standard Time
ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE
STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST:
(SPECIFY 3RD PARTY REQUESTING WAIVER: ONE NAME PER ENDORSEMENT)
WHICH MIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION
WITH WORK PERFORMED BY:
(POLICY NAME)
IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS
ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGED IN WORK
FOR THE ABOVE EMPLOYER.
IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE
INCREASED BY _________%.
NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HALED TO VARY, ALTER, WAIVE OR EXTEND
ANY OF THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS POLICY OTHER THAN AS
STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BEHELD TO VARY, ALTER, WAIVE OR LIMIT THE
TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT.
COUNTERSIGNED AND ISSUED AT SAN FRANCISCO
Insurance Requirements in Contracts
114
2570
Edition: May 2011 Version 7.4.1
INTEGRATED INSURANCE & FINANCIAL SERVICES
Reproduction of State Compensation Insurance Fund Form
STATE
COMPENSATION
INSURANCE
ADDITIONAL INSURED EMPLOYER
ENDORSEMENT AGREEMENT
FUND
Home Office
San Francisco
All Effective Dates are at 12:01 AM Pacific Standard Time
or the Time Indicated at Pacific Standard Time
ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT
THIS POLICY SHALL NOT BE CANCELED UNTIL:
(SPECIFY NUMBER) ______________________ DAYS
AFTER WRITTEN NOTICE OF SUCH CANCELLATION HAS BEEN PLACED IN THE MAIL BY
STATE FUND TO CURRENT HOLDERS OF CERTIFICATE OF WORKERS’ COMPENSATION
INSURANCE.
NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HALED TO VARY, ALTER, WAIVE
OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS
POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BEHELD TO
VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS
OF THIS ENDORSEMENT.
COUNTERSIGNED AND ISSUED AT SAN FRANCISCO
Insurance Requirements in Contracts
115
0015
Edition: May 2011 Version 7.4.1
(Optional Form)
This blanket endorsement modifies insurance provided under the following:
Project Name: ______________________________________________________________________
Named Insured: Las Gallinas Valley Sanitary District, its officers, officials, employees and
volunteers, 300 Smith Ranch Road, San Rafael, CA 94903
Effective Work Date(s): _____________________
Insuring Company: ________________________________ Policy No.: _____________________________
Description of Work/Locations/Vehicles:
__________________________________________________________________________________________
AGENCY NAME AND ADDRESS:
ADDITIONAL INSURED:
The Agency, its elected or appointed officers, officials, employees and, volunteers are included as insureds with
regard to damages and defense of claims arising from: (Check all that apply)
General Liability: (a) activities performed by or on behalf of the Named Insured, (b) products and completed
operations of the Named Insured, (c) premises owned, leased occupied or used by the Named Insured, and/or
(d) permits issued for operations performed by the Named Insured. {Note: MEETS OR EXCEEDS ISO Form
# CG 20 10 11 85}
Auto Liability: the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased,
hired or borrowed by the Named Insured, regardless of whether liability is attributable to the Named Insured
or a combination of the Named Insured and the Agency, its elected or appointed officers, officials, employees
or volunteers.
Other: __________________________________________________________________________
PRIMARY/NON-CONTRIBUTORY: This insurance is primary and is not additional to or contributing with any
other insurance carried by or for the benefit of Additional Insureds.
PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS: Any failure to
comply with reporting provisions of the policy shall not affect coverage provided to the Agency, its elected or
appointed officers, officials, employees, or volunteers.
CANCELLATION NOTICE: The insurance afforded by this policy shall not be suspended, voided, canceled,
reduced in coverage or in limits except after thirty (30) days' prior written notice (ten (10) days if canceled due to
non-payment) by certified mail return receipt requested has been given to the Agency. Such notice shall be
addressed as shown above.
WAIVER OF SUBROGATION:The insurer(s) named above agree to waive all rights of subrogation against the
Agency, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms
of this policy which arise from work performed by the Named Insured for the Agency.
Nothing herein contained shall vary, alter or extend any provision or condition of the Policy other than as above
stated.
SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER
I, _____________________________________________, (print/type name), warrant that I have authority to
bind the above-named insurance company and by my signature hereon do so bind this company.
SIGNATURE OF AUTHORIZED REPRESENTATIVE (original signature required on endorsement furnished to
the Agency)
ORGANIZATION: ________________________________
TITLE: __________________________________________
ADDRESS: ______________________________________________________
TELEPHONE: (_______)____________________ DATE ISSUED: ____________________________ VOLUME 3
TECHNICAL SPECIFICATIONS
SECTION 01010
PROJECT SCOPE AND TIME OF COMPLETION
1.01 GENERAL
The Contractor shall sufficiently obligate himself/herself and take the necessary
precautions so as to perform and complete the work in accordance with the requirements
of the contract documents and specifications and/or as shown on the plans and within the
time limit specified herein.
1.02 DESCRIPTION OF WORK
A. WORK INCLUDED IN THIS CONTRACT
Work covered in these contract documents for the Civic Center North Pump Station and
John Duckett Pump Station Standby Generator Replacement Project, Job No. 10300-11/09, consists of the following:
Civic Center North Pump Station
1. Remove existing generator, fixed louver and appurtenances with concrete slab
and dispose of material per the plans and specifications.
2. Modify louver opening, install new fixed louver and airplenum.
3. Install new 100 kw generator with 120 gal base tank within the Civic Center
North Pump Station control and engine generator room.
4. Install fuel tank leak detection/monitoring system.
5. Remove natural gas supply, cap pipe that passes through wall on both sides of
the wall. Remove meter and cap off line underground.
6. Install SCADA.
7. Install new door canopy.
8. Start-up new engine generator and perform all necessary testing and training.
John Duckett Pump Station
1. Remove existing generator and appurtenances, generator building with concrete
slab and foundation and dispose of material per the plans and specifications.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT PROJECT SCOPE AND TIME OF COMPLETION
7970.01010.doc
01010 - 1
11/30/2011
2. Grade and recompact exposed gravel area at the former generator building and
former vaulted fuel storage tank.
3. Contractor shall remove all (E) conduits to (E) generator and install (N) conduit
trench.
4. Install new 250 kw generator with 500 gal base tank and concrete foundation
pad.
5. Install new power and signal wiring from the generator to the ATS and PLC in
the Control Building.
6. Install fuel tank leak detection/monitoring system.
7. Install SCADA.
8. Install new door canopy.
9. Construct all site work including washer header and AC paving.
10. Start-up new engine generator and perform all necessary testing and training.
John Duckett Pump Station Portable Pump Discharge Line
1. Install buried 12” DI discharge pipeline as shown on the plans and install
cathodic protection on the pipeline.
2. Remove AC at the site of new concrete portable pump pad. Construct new
concrete portable pump pad.
3. Relocate overhead monorail as shown on the plans.
4. Modify (E) concrete retaining wall and install guardrail as shown on the plans.
B. COORDINATION
1. The Contractor shall coordinate the operations with the District and others working
in the immediate area.
2. The Contractor shall conduct his/her operations so as to assure that the existing
pumping stations, as well as all other utilities, are kept in continuous operation
throughout the execution of this contract. The Contractor, therefore shall schedule
and conduct his work so as to minimize interference with operation and maintenance
of these facilities. Methods, schedules and sequences of construction which prevent
or jeopardize the District's compliance with Clean Water Standards or the NPDES
Permit are not acceptable.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT PROJECT SCOPE AND TIME OF COMPLETION
7970.01010.doc
01010 - 2
11/30/2011
3. When modification, addition or connection to existing pipelines, structures,
systems, circuits or equipment is required, or if a System Outage Request (SOR) is
required, the Contractor shall schedule such activities with the Engineer. The
Contractor shall notify the Engineer, in writing, ten (10) working days in advance
of the time when construction operations will require connection to, or modification
of, in-service portions of the existing facility. No pipeline system, structure, circuit
or individual unit shall be cut, modified, dewatered or removed from the facility
unless authorized by the Engineer.
4. In the event that the Contractor accidentally damages operating pipes, pump stations
or treatment facilities, he/she shall immediately effect the necessary repairs. The
Contractor shall maintain an inventory of repair clamps and materials for small
pipelines, including temporary pumps, bypass pipelines, electrical conductors or
other facilities necessary to maintain operation of sewerage facilities while the
repairs are being made. The Contractor shall provide telephone numbers of standby
personnel who will respond during non-working hours to repair facilities which
interrupt normal operations.
5. If the Contractor fails to respond to a request by the Engineer, the District reserves
the right to effect the repair with its own forces or by another contractor. The cost
for repairs performed by others will be deducted from the payment due the
Contractor.
1.03 TIME LIMITS
A. CONTRACT TIME
The Contractor shall sufficiently obligate himself/herself to complete the work for the
construction of the Civic Center North Pump Station and John Duckett Pump Station
within one hundred-fifty (150) consecutive calendar days from the date of the Notice to
Proceed.
1.04 CONTRACTOR'S WORK SCHEDULE
B. GENERAL
Unless arrangements are made in advance with the District for overtime or Holiday
work, the Contractor shall conform to the work hours and work days listed below.
C. WORK HOURS
No work or traffic detouring shall commence before 8:30 AM and all work shall have
been completed and traffic restored no later than 5:00 PM.
D. WORK DAYS
No work shall be allowed on Saturdays, Sundays or the following holidays:
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT PROJECT SCOPE AND TIME OF COMPLETION
7970.01010.doc
01010 - 3
11/30/2011
1.
2.
3.
4.
5.
6.
7.
8.
9.
January 1st, known as New Year's Day
The third Monday in February, known as Presidents’ Day
The last Monday in May, known as Memorial Day
July 4th, known as Independence Day
The first Monday in September, known as Labor Day
The fourth Thursday in November, known as Thanksgiving Day
The day after Thanksgiving Day
December 24th, known as Christmas Eve
December 25th, known as Christmas Day
When a holiday falls on a Sunday, no work shall take place on the following Monday.
When a holiday falls on a Saturday, no work shall take place on the preceding Friday.
When New Year’s Day falls on a Saturday, no work shall take place on the following
Monday.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT PROJECT SCOPE AND TIME OF COMPLETION
7970.01010.doc
01010 - 4
11/30/2011
SECTION 01030
SPECIAL CONDITIONS
1.01 GENERAL
The Contractor shall comply with the following special conditions. The cost and fees
connected with obtaining permits for the work shall be included in the separate bid item
as identified in the bid. The cost of complying with permit conditions and these special
conditions shall be included in the bid prices and no special allowance shall be made
therefor.
1.02 PERMITS TO BE OBTAINED BY THE CONTRACTOR
A. GENERAL
The Contractor shall obtain all necessary permits, pay all permit and inspection fees,
and comply with all requirements and obligations imposed upon him/her in the
conditions of the permits issued, including but not limited to:
1. Bay Area Air Quality Management District (BAAQMD) Engine Generator Permit
for the approved generator units provided by the Contractor. The District has
already submitted the application using two (2) Caterpillar Generator models (See
Appendix B) and paid the fees for this permit. The Contractor shall complete the
application for the permits using the approved generator units provided by the
Contractor.
The Contractor shall furnish the Engineer with a copy of each of the permits which
he/she has obtained for the conduct of the construction work.
B. COST OF PERMIT COMPLIANCE
All other permit costs, inspection costs associated with construction permits, and all
costs of compliance with the requirements of all agencies exercising jurisdiction over the
work shall be included in the bid price and no additional compensation will be allowed
therefor.
1.03 CONTRACTOR'S OPERATIONS
The Contractor shall conduct the operations in a manner which will protect adjacent
property from annoyance or damage from dust caused by the operations. When
necessary, he/she shall take steps to control dust by the application of water, dust
palliative, salt or other suitable means. The Contractor shall be responsible for dust
control during both working and non-working hours.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
CONDITIONS
7970.01030.doc
01030 - 1
SPECIAL
11/30/2011
During working hours, any open trenches or excavations left unattended shall be
covered or properly barricaded with lighted barricades with guard rails. The Contractor
shall, at all times, make provision for adequate pedestrian and local vehicle access to
residences. The Contractor shall conduct the operations in a manner which will assure
the maintenance of public safety at all times.
1.04 DISPOSAL OF EXCAVATED AND REMOVED MATERIAL
The Contractor shall be responsible for making his/her own arrangements for disposal of
all excavated material, removed material or other materials at a legal disposal site.
1.05 CONTRACTOR STORAGE YARD
The Contractor may use portions of the pump station site for materials and equipment
storage and shall coordinate with District personnel to verify that the storage area does
not block access to critical components of the pump station. When the use is completed,
the area used shall be restored to its original condition.
The Contractor shall make his/her own arrangements for any other storage areas
necessary for the project.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
CONDITIONS
7970.01030.doc
01030 - 2
SPECIAL
11/30/2011
SECTION 01600
MATERIALS AND EQUIPMENT
1.01 GENERAL
The Contractor shall qualify all items proposed to be furnished, furnish operating and
maintenance data, and protect, install, test and commission all materials and equipment
as specified herein below.
1.02 EQUIPMENT, MATERIALS AND/OR PRODUCTS TO BE FURNISHED
The work, unless otherwise permitted or approved by the District, shall be completed
with the incorporated use of equipment, materials and/or products where such are
specified. Substitutions and equal alternatives will be permitted as provided in this
article; however, neither the request for substitution nor the offer of alternatives shall in
any way by their submittal obligate the District to assent to any request or offer. Failure
of the Contractor awarded the work to either submit requests for substitutions or to offer
alternatives within the required times provided in this General Condition will be
considered as evidence that the work shall be accomplished with trade-named
equipment, materials and/or products as identified in the Technical Provisions and/or the
Project Drawings.
Unless otherwise provided elsewhere in the Contract, all equipment, materials and/or
products incorporated into the work shall be new and, where not specified, shall be of
the highest quality of the respective kinds for the intended use, and all installation shall
meet or exceed applicable construction industry standards and practices. If equipment,
materials and/or products are designated by listing named manufacturers of particular
equipment, materials and/or products followed by the words "or equal," then the
Contractor may furnish the named equipment, materials and/or products or any equal
equipment, materials and/or products. The first named manufacturer of particular
equipment, materials and/or products is the basis for the design shown on the Project
Drawings. A subsequently named manufacturer or particular equipment, materials
and/or products has been determined to be an acceptable substitution but may require
modifications in the Project's design and its ultimate construction to accommodate its
use. If such subsequently named items are selected by the Contractor for incorporation
into the work, the Contractor shall assume all costs required for modifications to the
equipment, materials and/or products, and the Project design and construction as may be
required for said items' use. Substitutions for an unnamed "equal" item of material
shall be permitted upon compliance with the procedures set forth herein. If a Contractor
makes use of an unnamed "equal" product as a substitute for a specifically named
material or product, the Contractor shall assume all costs required to make the necessary
revisions or modifications to accommodate the use of said unnamed product.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 1
MATERIALS AND EQUIPMENT
11/30/2011
Before beginning the work and as soon as possible after award of the Contract, the
Contractor shall submit a List of Materials to the District for review. The List shall
include all items of equipment, materials and/or products to be incorporated into the
work and the names of suppliers with whom purchase orders have been placed. The
names on the List shall be arranged in the same order as in the specifications, and shall
contain sufficient data to identify precisely the items of equipment, materials and/or
products the Contractor proposes to furnish. The List shall include specification or
Project Drawing references. Once the submission is determined to be acceptable to the
District, it shall be returned to the Contractor.
If required by the District, the Contractor shall furnish sample specimens of materials
proposed to be furnished.
1.03 SUBSTITUTIONS
Substitution for those equipment, materials and/or products specified shall only be
permitted when the proposed unnamed "equal" product or material to be furnished is
both equal in quality and utility and after the Contractor has complied with the following
provisions: (1) All substitutions shall be reviewed by the District. (2) The District must
approve such substitution in writing prior to its incorporation into the work. (3) Unless
otherwise authorized in writing by the District, the Contractor shall within thirty-five
(35) calendar days after the award of the contract, submit to the District sufficient data,
drawings, samples, literature, or other detailed information as will demonstrate to the
District that the proposed substitute is equal in quality and utility to the equipment,
materials and/or products specified.
Within thirty (30) calendar days following receipt of all requested information from the
Contractor, the District will determine whether the proposed alternative is equal in
quality and utility and meets the requirements of the Contract and will inform the
Contractor in writing of such determination. The burden of substantiating the quality
and utility of alternatives shall be upon the Contractor, and the Contractor shall furnish
all necessary information requested and required by the District. The District will be
the sole judge as to the quality and utility of alternative equipment, materials and/or
products, and the District's decision shall be final. An acceptance by the District of a
substitution shall not relieve the Contractor from complying with the requirements of the
Project Drawings and Specifications. Acceptance by the District shall not relieve the
Contractor from full responsibility for the efficiency, sufficiency and quality and
performance of the substitute equipment, materials and/or products, in the same manner
and degree as the equipment, materials and/or products specified by name.
Failure of the Contractor to submit proposed substitutions for review in the manner
described above and within the time prescribed shall be sufficient cause for rejection by
the District of any other proposed substitutions.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 2
MATERIALS AND EQUIPMENT
11/30/2011
In determining whether a proposed product is equal in quality and utility, the District is
not restricted to such basic issues as performance and durability, but may consider any
other issues that the District, in the discretion of the District, deems appropriate. Said
issues may, but are not required to include, nor are they limited to, such additional
factors as comparable performance, reliability, efficiency of operation, ease of
operation, adaptability, ease of maintenance, capital costs, life-cycle costs, operational
characteristics, costs of training personnel, maintenance history, warranties, problems
created by the resulting overall warranty system, availability of qualified service,
availability of parts, the history of any supplier, and compatibility with existing
facilities.
No one factor or group of factors, including such issues as savings on capital costs, shall
be determinative of whether the proposed product or material is equal in quality and
utility. The decision of the District shall be based on those factors deemed by the
District to be relevant and any data, drawings, samples, literature or other detailed
information furnished by the Contractor with respect to the proposed substitution.
Each decision as to whether a product or material is equal in quality and utility shall be
made by the District on a case-by-case basis.
The Contractor shall be responsible for any and all costs, including consultant costs,
incurred by the District with respect to the proposed substitution that exceed the costs
inherent in the normal and reasonable review of drawings and other standard data,
information and documents concerning any proposed substitution. The Contractor shall
be responsible for this cost, regardless of whether or not the substitution is approved by
the District.
1.04 SUBMITTAL AND REVIEW PROCEDURE
A. GENERAL
The Contractor shall submit drawings and information describing materials or
equipment in sufficient detail to determine whether the materials or equipment conform
to the specifications. Unless otherwise indicated, all submittals required shall be
furnished to the District within thirty (30) calendar days after the date of the Notice to
Proceed. All copies of all submittals shall be accompanied by its own transmittal form
sheet that includes all of the following information:
1.
2.
3.
4.
5.
6.
7.
8.
Project Name
Owner’s Project or Contract Number
Engineer’s Project Number
Submittal Date
Submittal Subject or Title
Supplier and/or Manufacturer
Submittal Item Number (see table below)
Specification Section, Page No. and Plan Sheet References
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 3
MATERIALS AND EQUIPMENT
11/30/2011
9. Submittal Revision Number
10. Submittal Preparers Name and Contact Information
The Contractor shall submit to the District six (6) copies of each submittal for each
item, each with its own complete transmittal form and, in the case of material to be
tested, samples of the specified quantity each with its’ own completed transmittal.
Submittals prepared and submitted in accordance with these instructions will be deemed
complete and will be processed. Incomplete submittals will be returned without
comment. The Contractor shall submit packages for each of the items listed below,
each with their own transmittal sheets. The Engineer will assign a number to each of
the submittals as they are received.
The following is a preliminary list and actual required submittals for this project may
not be limited to those above including and in addition to changes per Addenda and
official Contract Change Orders that are not shown on this list and additional items as
requested by the Engineer. The Engineer may send out a letter with additional
submittal items and supplemental submittal instructions.
a. Contractors Work Schedule
b. Contractors Safety Plan
c. Electrical Components and Materials
When prior submittal is required, the Contractor shall submit to the District six (6)
copies of the specified information or, in the case of material to be tested, samples of
the specified quantity. A total of six (6) copies of electrical submittals shall be
provided. After review of the submittal, the District shall return two (2) marked-up
copies indicating one of the following actions:
1. If the review indicates that the material, equipment or work method is in general
conformance with the design concept and complies with the drawings and
specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN." In
this event, the Contractor may begin immediately to implement the work method or
incorporate the material or equipment covered by the submittal.
2. If the review indicated limited corrections are required, copies will be marked
"MAKE CORRECTIONS NOTED." The Contractor may immediately begin
implementing the work method or incorporating the material and equipment covered
by the submittal in accordance with the noted corrections.
3. If the review reveals that the submittal is insufficient or contains incorrect data,
copies will be marked "REVISE AND RESUBMIT." Except at his/her own risk,
the Contractor shall not undertake work covered by this submittal until it has been
revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or
"MAKE CORRECTIONS NOTED."
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 4
MATERIALS AND EQUIPMENT
11/30/2011
4. If the review indicates that the material, equipment or work method is not in general
conformance with the design concept or in compliance with the drawings and
specifications, copies of the submittal will be marked "REJECTED - SEE
REMARKS." Submittals with deviations which have not been identified clearly
may be rejected. Except at his/her own risk, the Contractor shall not undertake
work covered by such submittals until a new submittal is made and returned marked
either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED."
In reviewing the submittals, the District is checking only for general conformance with
the design concept of the project and general compliance with the information given in
the Contract Documents. Any action shown is subject to the requirements of the plans
and specifications. The Contractor shall be responsible for dimensions which shall be
confirmed and correlated at the job site: fabrication processes and techniques of
construction; coordination of the work with that of all other trades; and satisfactory
performance of the work.
The Contractor agrees that shop drawing submittals processed by the District are not
Change Orders; that the purpose of shop drawing submittals by the Contractor is to
demonstrate to the District that he/she understands the design concept, that the
Contractor demonstrates his/her understanding by indicating which equipment and
material he/she intends to furnish and install and by detailing the proposed fabrication
and installation methods. The Contractor further agrees that if deviations, discrepancies
or conflicts between shop drawing submittals and the Contract Documents in the form of
design drawings and specifications are discovered either prior to or after shop drawing
submittals are processed by the District, the design drawings and specifications shall
control and shall be followed.
B. CONTRACTOR'S PROCEDURE
The Contractor shall verify that the materials or equipment described in each submittal
conform to all requirements of the specifications and drawings. Where the detailed
specifications require specific submittal data, all data shall be submitted at the same
time. The submittals shall be accompanied by a transmittal form, in sextuplet, septuplet
for electrical submittals. If the submittal involves equipment driven by an electric
motor, a motor data submittal sheet shall also be included, in sextuplet, septuplet for
electrical submittals, with the submittal package. The District will return for resubmittal any information not accompanied by the specified transmittal form, properly
completed. The Contractor shall provide the required number of transmittal forms.
The Contractor may authorize a material or equipment supplier to deal directly with the
District with regard to a submittal. Such authorization shall be in writing by the
Contractor, with a copy directed to the District, and shall state that the supplier is in fact
a bona fide supplier, under contract to the Contractor or one of his/her subcontractors.
Such dealings will be for the purpose of interpretations of contract requirements and
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 5
MATERIALS AND EQUIPMENT
11/30/2011
shall not be construed as irrevocable commitments on the part of the District. All
written communications with the District shall be directed through the Contractor.
A separate transmittal form shall be used for each specific item or class of material or
equipment for which a submittal is required. Submittals on various items using a single
transmittal form will be permitted only when the items taken together constitute a
manufacturer's "package" or are so functionally related that expediency indicates
checking or review of the group or "package" as a whole.
C. EFFECT OF ACCEPTANCE OF CONTRACTOR'S INFORMATION
Acceptance by District of any drawings, method of work, or any information regarding
materials or equipment the Contractor proposes to provide, shall not relieve the
Contractor of his/her responsibility for any errors therein and shall not be regarded as
an assumption of risks or liability by the District, or by any officer or employee thereof,
and the Contractor shall have no claim under the contract on account of the failure or
partial failure or inefficiency or insufficiency of any plan or method or work or
materials or equipment so accepted. Such acceptance shall be considered to mean
merely that the District has no objection to the Contractor using, upon his/her own full
responsibility, the plan or method of work proposed, or providing the materials or
equipment proposed.
D. DEVIATIONS FROM CONTRACT
If the Contractor proposes to provide material or equipment which does not conform to
all of the specifications and drawings, the transmittal form accompanying the submittal
copies shall indicate under "comments" the deviations and shall request a Change Order
to cover the deviations.
1.05 OPERATING AND MAINTENANCE DATA
A. INSTRUCTION MANUALS
The Contractor shall provide four (4) sets of manuals bound in three (3) ring binders
giving operating and maintenance instructions for all equipment and devices furnished
under this contract. A total of six (6) copies of electrical operating and maintenance
instructions shall be provided. Operating and maintenance instructions for each item of
equipment and each equipment assembly shall be assembled in three-ring binders and
shall consist of:
1. Names and addresses of manufacturer, nearest representative of manufacturer, and
nearest supplier of manufacturer's equipment and parts.
2. For equipment requiring lubrication, the manufacturer's recommended lubricants
and lubrication schedule.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 6
MATERIALS AND EQUIPMENT
11/30/2011
3. For equipment containing integral electrical controls, diagrams showing internal and
connection wiring.
4. Specified operating and maintenance information. This special information may
include, but not necessarily be limited to, one or more of the following items:
a.
Equipment data: Information shall be listed on an Equipment Data Form to be
furnished by the District.
b. Start-up procedures: These instructions shall include equipment manufacturer's
re-commendations regarding installation, adjustment, calibration and
troubleshooting.
c.
Operating procedures:
These instructions shall include the equipment
manufacturer's recommended step-by-step procedures for starting, operating
and stopping the equipment under modes of operation.
d. Preventive maintenance procedures: These instructions include the equipment
manufacturer's recommendations regarding the steps and schedules to be
followed in maintaining the equipment.
e.
Parts list: This list shall include generic title and identification number of each
component part of the equipment.
f.
Exploded views: These shall be provided where appropriate.
g. Spare parts list: This list shall include the manufacturer's recommendations of
the number of parts which should be stored by the District.
h. Overhaul instructions: These instructions shall consist of the manufacturer's
directions for the disassembly, repair and reassembly of the equipment.
B. TRANSMITTAL PROCEDURE
Operating and maintenance instructions shall be transmitted to the District accompanied
by a transmittal form. If manufacturer's standard brochures and manuals are used to
describe operating and maintenance procedures, such brochures and manuals shall be
modified to reflect only the model or series of equipment used on this project; all
extraneous material shall be crossed out or otherwise eliminated.
Required operating and maintenance instructions for each equipment item must be
delivered to and be accepted by the District before the Contractor can be paid for more
than eighty (80) percent of the purchase value of that equipment. Required operating
and maintenance instructions for the project must be delivered to and approved by the
District prior to the project being seventy-five (75) percent complete. Progress
payments for work in excess of seventy-five (75) percent completion will not be made
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 7
MATERIALS AND EQUIPMENT
11/30/2011
until the required operating and maintenance instructions have been delivered to and
have been accepted by the District.
When transmitting operation and maintenance instructions, the Contractor shall provide
an appropriately labeled, three-ring binder to contain three (3) sets of instructions. A
complete table of contents listing the items and their location in the set shall be included
in the binder.
C. FIELD CHANGES
Following the acceptable installation and operation of an equipment item, the item's
instructions and procedures shall be modified and supplemented by the Contractor to
reflect field changes or information requiring field data.
1.06 PROTECTION OF MATERIALS AND EQUIPMENT
A. GENERAL
The Contractor shall be responsible for the equipment included in this contract until it
has been finally inspected, tested and accepted in accordance with the requirements of
these specifications. The Contractor shall make his/her own provisions for properly
storing and protecting all material and equipment against theft, injury or damage from
any and all causes. Materials and equipment shall be shipped, handled, stored and
installed by methods which will prevent damage to the items. Damaged items will not
be permitted as part of the work except in cases of minor damage that have been
satisfactorily repaired and are acceptable to the District.
B. PIPE
Pipe and appurtenances shall be handled, stored and installed as recommended by the
manufacturer. Pipes with soft coatings such as coal tar enamel, paint or the like shall be
stored to protect the coating from physical damage or other deterioration and shall only
be handled with padded, wide slings. Pipes shipped with interior bracing shall have the
bracing removed only when recommended by the pipe manufacturer.
C. EQUIPMENT
1. Definition: For the purpose of this section, equipment means any mechanical,
electrical or instrumentation devices, and other items with one or more moving
parts requiring an electrical, pneumatic, electronic or hydraulic connection.
2. Packing and Marking: All equipment shall be adequately and effectively protected
against damage from moisture, dust, handling or other cause during transport from
manufacturer's premises to site. Each item or package shall be clearly marked with
the equipment number unique to the specification reference covering the item. Each
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 8
MATERIALS AND EQUIPMENT
11/30/2011
separate portion of plant shall receive, as far as practicable, a fitting or
distinguishing mark which shall be shown on the packing lists.
The bearings of motors shall be relieved of load during transport by means of jacks
or some other method to prevent Brinelling.
Stiffeners shall be used where necessary to maintain shapes and to give rigidity.
Parts of equipment shall be delivered in assembled or subassembled units where
possible.
3. Manufacturer's Nameplates:
All equipment shall be furnished with a
corrosion-resistant 316 stainless steel nameplate fastened to the equipment in an
accessible position. This nameplate shall be embossed with letters not less than
1/8" high, stating the manufacturer's name, equipment rating, capacity, size,
model, serial number and speed. Nameplates shall be fastened to the equipment
with stainless steel rivets or screws in tapped holes in the equipment or base.
Nameplates fastened with adhesive and paper or plastic nameplates will not be
accepted. Separate nameplates are not required on valves and fittings.
4. Direction of Rotation: Each piece of rotating equipment shall have an arrow
showing the direction of rotation.
5. Identification of Equipment: All equipment items and valves with an assigned
equipment number in this project manual shall have affixed to them in a prominent
location a label or tag displaying the assigned equipment number. Equipment item
and valves lacking a number shall have a similar tag providing a unique description
of the item. Markers shall be of stainless steel fasteners or as otherwise approved
by the District. Plastic tape labels will not be acceptable.
6. Storage of Equipment: During the interval between delivery and installation, all
equipment to be incorporated into the project shall be stored in enclosed,
weathertight, licensed commercial warehouses equipped with fire detection and
sprinkler systems.
Environmental controls such as heaters or protective
encapsulation shall be provided to ensure against condensation and moisture
damage. In the event prolonged (more than ninety (90) days) storage is required for
any item of rotative equipment, the Contractor shall institute a protective
maintenance program which shall include grease protection of bare metal surfaces,
periodic indexing of rotating parts, renewal of grease in bearings, and any
procedures recommended by the manufacturer. The Contractor shall maintain
adequate records to demonstrate full compliance with these requirements. All
equipment shall be available for inspection by the District.
7. Protection of Equipment after Installation: After all installation, all equipment shall
be protected from damage, including but not limited to, dust, abrasive particles,
debris and dirt generated by the placement, chipping, sandblasting, cutting,
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 9
MATERIALS AND EQUIPMENT
11/30/2011
finishing and grinding of new or existing concrete, terrazzo and metal; and the
fumes, particulate matter, and splatter from welding, brazing and painting of new or
existing piping and equipment. The Contractor is advised that as minimum,
vacuum cleaning, blower with filters, protective shieldings, and other dust
suppression methods will be required at all times to adequately protect all
equipment. During concreting, including finishing, all equipment that may be
affected by cement dust must be completely covered. During painting operations,
all grease fittings and similar openings shall be covered to prevent the entry of
paint. Electrical switchgear, unit substation, and motor load centers shall not be
installed until after all concrete work and sandblasting in those areas have been
completed and accepted.
D. DELIVERY OF MATERIAL OR EQUIPMENT
The District’s personnel or representatives of the District will not accept materials or
equipment deliveries for the Contractor.
1.07 INSTALLATION
All materials and equipment shall be installed in accordance with the manufacturer's
recommendations and requirements.
All materials and equipment shall be installed by specialists properly skilled in the trades
and professions required to assure first-class installation. Where required by detailed
specifications, the Contractor shall cause the installation of specific equipment items to
be accomplished under the supervision of factory-trained installation specialists
furnished by equipment manufacturers. The Contractor shall be prepared to document
the skills and training of all workers engaged in the installation of all equipment
furnished by the Contractor or the District.
1.08 TESTING
A. GENERAL
All materials, equipment and work included in this contract shall be tested
to prove compliance with the contract requirements. Unless otherwise
costs of testing, including temporary facilities and connections, shall be
Contractor. No tests specified herein shall be applied until the item to
been inspected and approval given for the application of such test.
and inspected
specified, all
borne by the
be tested has
Tests and inspections shall include:
1. Factory tests
2. The delivery acceptance test and inspections
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 10
MATERIALS AND EQUIPMENT
11/30/2011
3. The installed tests and inspections of items as installed
Tests and inspections, unless otherwise specified or accepted, shall be in accordance
with the recognized standards of the industry.
The form of evidence of satisfactory fulfillment of delivery acceptance test and of
installed test and inspection requirements shall be, at the discretion of the District, either
by tests and inspections carried out in the District’s presence or by certificates or reports
of tests and inspections carried out by approved persons or organizations. The
Contractor shall provide and use forms which include all test information, including
specified operational parameters, and shall be acceptable in content to the District.
B. FACTORY OBSERVATIONS AND TESTS
At the request of the District, the Contractor shall arrange with the factory for the
District or his/her representatives to observe the manufacturing process and to witness
performance tests at the factory or point of manufacture of any and all items to be
furnished as a part of this contract. The Contractor shall inform the District in sufficient
time to allow arrangements to be made for witness of manufacture and tests. Where the
District elects not to observe the manufacture or witness such tests, the Contractor shall
provide the District with certifications that the materials and equipment meet the
requirements of the specifications.
C. DELIVERY ACCEPTANCE TESTS AND INSPECTIONS
The delivery acceptance tests and inspections shall be at the Contractor’s expense for
any materials or equipment specified herein and shall include the following:
1. Test of items at the place of manufacture during and/or on completion of
manufacture, comprising material tests, hydraulic pressure tests, electric and
instrumentation subsystem tests, electric and operating tests, and inspections in
accordance with the relevant standards of the industry and more particularly as
detailed in individual clauses of these specifications to satisfy the District that the
items tested and inspected comply with the requirements of this contract.
2. Inspection of all items delivered at the site or to any authorized place of storage in
order that the District may be satisfied that such items are of the specified quality
and are in good order and condition at the time of delivery. To that end, the
Contractor shall be prepared to remove all coverings, containers or crates to permit
the District to conduct the inspection. Should the District find, in his/her opinion,
indication of damage or deficient quality, the Contractor shall provide the necessary
documentation or conduct tests deemed necessary by the District to demonstrate
compliance.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 11
MATERIALS AND EQUIPMENT
11/30/2011
D. TESTS AND INSPECTION
All materials and equipment shall be tested by the Contractor to the satisfaction of the
District before any facility is put into operation. Tests shall be as specified in these
specifications and shall be made to determine whether the materials and equipment have
been properly assembled, aligned, adjusted and connected. Any changes, adjustments
or replacements required to make the equipment operate as specified shall be carried out
by the Contractor as part of the work.
All gauges, meters, recorders and monitors shall be provided by the Contractor as
required by the District to supplement or augment the instrumentation system provided
under this contract to properly demonstrate that all materials and equipment fully satisfy
the requirements of these specifications. All devices employed for the purpose of
measuring the performance of the facility's equipment and systems shall be specifically
selected to provide a level of uncertainty consistent with the variables to be monitored.
All instruments shall be recently calibrated, and the Contractor shall be prepared at all
times to demonstrate, through recalibration, the uncertainty of all instruments employed
for testing purposes. Calibration procedures shall be in accordance with applicable
standards of ASTM, ISA and IEEE. The adequacy of all gauges, meters, recorders and
monitors shall be subject to review of the District.
1.09 DEFECTIVE MATERIALS TO BE REMOVED
All materials not conforming to the requirements of these Specifications shall be
considered as defective; and all such materials, whether in place or not, shall be rejected
and shall be removed immediately from the site of the work.
1.10 INTERIM MAINTENANCE
After the completion of the testing under this contract as specified above, the
Contractor, under this contract, shall be responsible for all maintenance of the
equipment and materials furnished under this contract until the beginning of the
commissioning period. The Contractor shall repair to new condition or replace at no
cost to the District, materials or equipment furnished which is lacking in any mechanical
or aesthetic respect due to improper maintenance during the interim period.
1.11 COMMISSIONING
After all tests have been performed to the satisfaction of the District and upon written
notification from the District, the Contractor shall proceed to make the tie-ins as
necessary to commission the facilities. The Contractor shall provide personnel to
perform the uncompleted or remedial work detected during this period. The cost of
such work shall be borne by the Contractor.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 12
MATERIALS AND EQUIPMENT
11/30/2011
1.12 VERIFICATION PERIOD AND BENEFICIAL OCCUPANCY
Prior to completion of all items on the Punch List, the Contractor may request the start
of the verification period. The verification period will start only after the Contractor
has put the mechanical/electrical system into operation and after the District has checked
that these systems are operating satisfactorily. The verification period will run for 30
calendar days, during which time the Contractor shall be responsible for operation and
maintenance of the fuel tanks. If, at the end of the 30 day verification period, the
District determines that the mechanical/electrical systems which are being verified are
operating satisfactorily, the District will take over operation of these systems.
All warranties for materials and equipment shall commence only upon formal acceptance
by the District of the entire job or of a portion of the project containing the specific
equipment item.
1.13 RECORD DRAWINGS
The Contractor shall maintain at the site a set of drawings on which shall be accurately
shown the actual installation of all work under this section, indicating thereon any
variations from contract drawings, including any changes in sizes, locations and
dimensions. For this purpose, the District will furnish two (2) sets of blue or black line
on white prints.
The District may periodically inspect the record drawings at the site. The proper and
current maintenance of the information required on these drawings shall be a condition
precedent to approval of requisitions for periodic payment.
At the completion of the work, the Contractor shall submit a complete set of record
drawings to the District.
1.14 WARRANTIES
The Contractor shall provide warranties on all equipment effective for one (1) year after
the date of the project acceptance unless otherwise specified herein. Warranties shall be
in favor of the Sanitary District.
The Contractor shall execute and submit a completed Warranty Form in the format
as appended to this section. The Warranty Form shall be submitted prior to the
substantial completion date or the final acceptance of the project or within five (5)
days of the occupancy or use of a portion of the Work, whichever is applicable. In
addition the Contractor shall submit the other specified additional warranties,
guarantees, and bonds from manufacturers and suppliers.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 13
MATERIALS AND EQUIPMENT
11/30/2011
WARRANTY FORM
Warranty For
Las Gallinas Valley Sanitary District
Civic Center North Pump Station and
John Duckett Pump Station
Standby Generator Replacement Project, Job No. 10300-11/-09
We hereby guarantee the (Project/Component) that we have constructed for a period of
three (3) years from (Date) the date of acceptance of the work/substantial completion by
the Las Gallinas Valley Sanitary District.
The following are excluded from the provisions of this warranty:
We agree that if any of the equipment should fail due to any reason other than improper
maintenance or improper operation, if any pipe or appurtenances should develop leakage,
or if any settlement of fill or backfill occurs, or should any portion of the work fail to
fulfill any of the requirements of the Specifications, we will, within seven (7) days after
written notice of such defects, commence to repair or replace the same together with any
other work which may be damaged or displaced in so doing.
In the event of our failure to comply with the above with the above mentioned conditions
within a reasonable time after being notified, or should the exigencies of the case require
repairs or replacements to be made before we can be notified or respond to notification,
we do hereby authorize the Las Gallinas Valley Sanitary District to proceed to have the
defect repaired and made good at our expense, and we will pay the cost therefor upon
demand.
The warranty provided herein shall not be in lieu of, but shall be in addition to any
warranties or other obligations otherwise imposed by the Contract Documents and by law.
Contractor:
Signed:
Titled:
Date:
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.01600.doc
01600 - 14
MATERIALS AND EQUIPMENT
11/30/2011
SECTION 02050
DEMOLITION
PART 1 - GENERAL
1.01 DESCRIPTION
The Contractor shall remove equipment, piping, concrete, masonry block and asphalt as
necessary for the construction of work as shown on the plans and as specified. All
materials removed not claimed by the District shall be disposed of at a legal disposal
site.
1.02 SAFETY
The Contractor shall take all necessary precautions with regard to safety in carrying out
the demolition work. Suitable barriers shall be erected around the demolition area to
protect workmen and the public, and the Contractor shall rigorously comply with
applicable safety requirements.
1.03 PAYMENT
The cost of all demolition, salvage, abandonment and disposal of materials and debris
shall be included in the bid price for the furnishing and installation of the new engine
generator set and no additional compensation will be allowed.
PART 3 - EXECUTION
3.01 REMOVAL AND DISPOSAL OF EQUIPMENT AND MATERIALS
A. The Contractor shall remove and dispose of materials, including the existing engine
generator sets and all appurtenances, any hazardous substances/components, and debris
resulting from the demolition work. All removed materials shall become the sole
property of the Contractor and shall be disposed of by the Contractor at a legal disposal
site. Documentation of equipment/material disposal shall be provided to the District if
requested. The Engine for the Civic Center North existing generator shall be destroyed
on site and certified by the District prior to removal from construction site.
B. The District shall be notified two (2) working days in advance to remove the John
Duckett Pump Station portable pump and portable piping.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02050.doc
02050 - 1
DEMOLITION
11/30/11
3.02 ITEMS TO BE SALVAGED
No items are to be salvaged.
3.03 METHODS AND EQUIPMENT
Before starting work, the Contractor shall inform the District fully as to the method of
demolition he proposes to follow, and the amount and character of equipment he
proposes to use, which shall be subject to the approval of the District. The approval of
the District shall not be considered as relieving the Contractor of the responsibility for
the safety of his method or equipment or from carrying out the work in full accordance
with the plans and specifications.
3.04 REMOVAL OF OLD CONCRETE
The Contractor shall carefully remove old concrete work structures so as to minimize
damage to adjacent concrete work and improvements to remain.
3.05 DISPOSAL OF MATERIALS AND DEBRIS
All materials and debris resulting from the demolition work, including any hazardous
materials or components, other than the materials to be retained by the District shall
become the sole property of the Contractor and shall be disposed of by the Contractor at
a legal disposal site.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02050.doc
02050 - 2
DEMOLITION
11/30/11
SECTION 02200
EXCAVATION AND BACKFILL
PART 1 - GENERAL
1.01
DESCRIPTION
A. SCOPE OF WORK
The Contractor shall perform all operations necessary to excavate whatever substance
encountered, including earth, sand, gravel, rock, buried structures, pipes or debris, to the depth
shown on the plans and required for the installation, to remove unsuitable material and replace
with suitable material for bedding and backfill, and to restore the ground surface or pavement
to conditions satisfactory to the Engineer.
B. RELATED WORK SPECIFIED IN OTHER TECHNICAL SECTIONS
1.
1.02
Electrical Work: Section 16050
DEFINITIONS
A. PIPE BEDDING
Pipe bedding shall be composed of that portion of the backfill material placed in the bottom of
the trench for the pipe barrel to rest on.
B. PIPE ZONE BACKFILL
Pipe zone backfill shall comprise that portion of the backfill surrounding the installed pipe,
extending after compaction from the foundation to a level twelve (12) inches above the top of
the pipe.
C. INTERMEDIATE BACKFILL
Intermediate backfill shall comprise the portion of the backfill from twelve (12) inches above
the top of the pipe to the surface.
D. SOUND EARTH
Sound earth shall mean most native soils, with the exception of highly organic spongy soils and
fat, highly plastic expansive clays.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02200.doc
02200 - 1
EXCAVATION AND BACKFILL
11/30/2011
E. SOUND GRANULAR SOIL
Sand with a maximum particle size of 3-inch, or gravel with a minimum grain size of 3-inch,
or pea gravel, or crushed rock mixed with sand shall comprise sound granular soil.
F. RELATIVE COMPACTION
Relative compaction shall be evaluated by performing field density tests using a nuclear gauge
(ASTM D-2922 and D-3017, latest editions) values expressed as a percentage of the laboratory
maximum density, as determined by ASTM test method D-1557 (latest edition).
1.03
QUALITY ASSURANCE
The District will retain a Soils Engineer who will conduct compaction tests to determine
compliance with soil compaction requirements as described herein above.
1.04
SUBMITTALS
A. The Contractor shall submit to the Engineer copies of his/her proposed methods of sheeting,
shoring and bracing as approved by the Division of Industrial Safety per these specifications.
B. The Contractor shall submit to the Engineer samples of all materials proposed for use as pipe
bedding and backfill. When requested by the Engineer, the Contractor shall submit a sieve
analysis of the materials proposed to be used at no cost to the District.
1.05
BRACING AND SHEATHING
A. The Contractor shall do and be solely responsible for all bracing, sheathing and shoring
necessary to perform and protect all excavations as required for reasons of safety and to
conform to governing laws. Where required by the Division of Industrial Safety, shoring shall
be designed by a registered Civil Engineer. Excavations shall be supported so that the ground
alongside the excavations will not slide, and all existing improvements, either on public or
private property, will be fully protected from damage. Additional supports requested by the
Engineer shall in no way relieve the Contractor of his/her responsibility for the sufficiency of
his/her precautions.
B. All shoring, bracing and sheathing above the top of the pipe shall be removed from the trench
or excavation. Sheathing which has been driven below the invert of the pipe must not be
removed. Under wet soil conditions, sheathing shall be left in the trench up to the top of the
pipe.
C. The cost of such bracing, shoring and sheathing shall be included in the price for shoring and
no additional allowance will be made therefor.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02200.doc
02200 - 2
EXCAVATION AND BACKFILL
11/30/2011
1.06
CONTROL OF WATER
A. The Contractor shall remove all water which may accumulate in the excavation during the
progress of the work by pumping or other suitable methods so that all work can be done in the
dry. Trenches and other excavations shall be kept free of water while the pipe or structures are
being installed, while concrete is setting, and until backfill has progressed to a sufficient height
to anchor the work against possible flotation or leakage. Water shall be disposed of in such a
manner as to cause no injury to public or private property or be a menace to the public health.
B. Where water is encountered, the trench excavation shall be carried twelve inches (12”) below
the pipe invert in which case the pipe bedding material shall be one and one-half inch (1½”)
crushed rock.
C. The cost of such removal of water and additional excavation and pipe bedding material shall be
included in the unit bid price per lineal foot of pipeline and no additional allowance will be
made therefor.
1.07
REMOVAL OF UNSTABLE MATERIAL
A. Where unstable soil is encountered or where the bearing capacity is unsatisfactory to the
Engineer, the soil shall be removed to a depth of twelve inches (12”) below the pipe barrel and
replaced with one and one-half inch (1½”) crushed rock.
B. The Contractor shall not be relieved thereby of his/her responsibility otherwise to employ
procedures necessary to keep the trench bottom in a workable condition and provide a firm and
adequate bedding for the pipe.
1.08
PAYMENT
The cost of all excavation, backfilling, and watering, compacting, imported material, slope
protection, and concrete slab protection shall be included in the bid price for the construction
work and no additional compensation will be allowed.
PART 2 - PRODUCTS
2.01
MATERIALS
A. GENERAL
The Contractor shall provide and install all materials as shown on the drawings and/or as
specified herein.
B. CRUSHED ROCK
1.
Crushed rock shall be hard, sound and durable and shall not slake or disintegrate in water.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02200.doc
02200 - 3
EXCAVATION AND BACKFILL
11/30/2011
2.
One and one-half inch (1½”) crushed rock shall be uniformly graded with one hundred
percent (100%) passing a one and one-half inch (1½”) sieve and not more than five
percent (5%) passing a three-eighths inch (3/8”) sieve.
3.
Three-quarter inch (3/4") crushed rock shall be uniformly graded with one hundred
percent (100%) passing a three-quarter inch (3/4") sieve and not more than five percent
(5%) passing a one-quarter inch (¼”) sieve.
C. CLASS 2 AGGREGATE BASE
Class 2 aggregate base shall conform to Section 26, AGGREGATE BASES, of the Standard
Specifications, Paragraph 26-1.02B. The grading shall be 3/4" maximum.
D. UNSUITABLE MATERIAL
Unsuitable material is debris, roots, wood, vegetable matter, scrap metal, plastic and rocks
over 6" in greatest dimension.
E. CEMENT SLURRY MIX
Cement slurry backfill shall be a cement slurry mix consisting of the following per cubic yard:
25 lbs.
250 lbs.
1,618 lbs.
1,121 lbs.
8 – 12%
Cement
Pozzolan
C-33 Sand
3/8 x No. 8 per Pea Gravel
Air Entrainment
After placement, the slurry mix shall not be disturbed.
F.
TOPSOIL
Topsoil shall be imported fertile, friable, natural, product soil containing a normal amount of
humus and capable of sustaining healthy plant life. Topsoil shall be free of subsoil, heavy or
stiff clay, rocks, gravel, brush, roots, weeds, noxious seeds, sticks, trash and other deleterious
substances. Soil shall not be infested with nematodes or with other noxious animal life or toxic
substances. Soil shall be obtained from well-drained, arable land and shall be of an even
texture. Soil shall not be taken from areas on which are growing any noxious weeds, such as
Morning Glory, sorrel or Bermuda Grass.
G.
WATER
Water used for dust control and moisture conditions for compaction shall be reasonably free of
objectionable quantities of silt, oil, organic matter, alkali, salts and other impurities as
determined by the Engineer. Bay water or water from drainage ditches on the project site shall
not be used. Treated and disinfected effluent from the MMWD water reclamation plant may be
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02200.doc
02200 - 4
EXCAVATION AND BACKFILL
11/30/2011
obtained from MMWD for these purposes providing all water trucks or pipelines are clearly
marked with signs stating, "WASTEWATER - DO NOT DRINK." All use of reclaimed
wastewater must conform to Health Department Requirements.
Water for slurry mix must be potable water.
PART 3 - EXECUTION
3.01
EXCAVATION
A. The excavation shall be made to enable the pipe to be laid to the grades and alignment shown
on the plans. Excavated materials not required for fill or backfill shall be removed from the
site of the work.
B. Trenches shall be excavated either by hand or by machine beginning at the outlet structure and
proceeding upgrade, except as may otherwise be permitted by the Engineer. Hand excavation,
tunneling, jacking or boring will be required when use of a machine will cause unnecessary
destruction of trees, shrubs, lawns and existing structures above or below ground.
C. The narrowest practicable trench width which will allow proper densification of pipe zone
backfill materials shall be maintained with vertical sidewalls from the foundation to at least the
top of the pipe. Trench width at the top of the pipe shall not exceed the maximum trench width
shown in the County Specifications. Where general conditions make this impractical, means
must be provided, with the approval of the Engineer, for adequately supporting the increased
load on the pipe which such widening will cause.
D. Where sheathing is required, the width of trench shall be increased sufficiently to accommodate
the sheathing and timbers.
E. Excavation for manholes and other structures shall have twelve (12) inch minimum and twenty
four (24) inch maximum clearance on all sides. Bell holes shall be excavated accurately to size
by hand.
F. Excavation shall not be carried below the required level. Excess excavation below the required
level shall be backfilled at the Contractor's expense with gravel, crushed rock or concrete, as
directed by the Engineer, and thoroughly tamped.
G. In rock, excavation shall be carried six (6) inches below the bottom of the pipe and replaced
with an approved material thoroughly tamped to provide a uniform support for the pipe.
H. The bottom of all trenches shall be excavated accurately to the required grade with a firm bed
to fit the barrel of the pipe. Minor adjustments in elevation required to produce the required
invert slope shall be made by adequately bedding the pipe with sound granular pipe bedding
materials, as hereinbefore defined, thoroughly compacted along the length of the pipe,
underneath, and on both sides. It is essential that a uniform solid bearing be provided under
the entire section of pipe.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02200.doc
02200 - 5
EXCAVATION AND BACKFILL
11/30/2011
I. For flexible pipe (PVC and polyethylene pipe), the pipe bedding (bottom of trench) shall be
firm, but not hard, and shall consist of pipe zone backfill, free from stones or lumps exceeding
one (1) inch in greatest dimension which might bear against the pipe. Suitable foundations
shall be prepared by providing a one (1) inch minimum leveling course with loose bedding
material graded uniformly in one plane for the full length of the pipe. Foundations shall
provide uniform support under the haunches of the pipe up to the spring line along the full
length of each pipe section.
3.02
BACKFILL
A. GENERAL
1.
After the pipelines and their appurtenances have been properly constructed and inspected
and after joints, plaster and concrete have set sufficiently to prevent damage, backfilling
shall be done with approved material free from large clods or stones.
2.
The Contractor's attention is called to the fact that it will be his/her responsibility to obtain
an encroachment permit for all work to be done in streets, roads, highways or railroad
rights-of-way from the proper agency having jurisdiction and that the method of
backfilling of trenches must conform to the requirements of such agency. Where imported
materials will be required, the cost of furnishing and placing such materials shall be
included in his/her bid price for sewer construction and no additional allowance will be
made therefor.
B. PIPE ZONE BACKFILL
1.
Backfill materials shall be so placed that the pipe will not be displaced, excessively
deflected, or damaged. Materials placed as pipe zone backfill shall be free of stones or
lumps exceeding one (1) inch in greatest dimension and shall be so placed as to prevent the
formation of voids.
2.
Pipe zone backfill preparation shall be placed and compacted determined on the basis of
local native soil conditions and such that vertical ring deflection of flexible pipe will be
limited to five percent (5%) of the nominal pipe diameter.
3.
In general, pipe zone backfill shall be placed immediately after laying the pipe, provided
the pipe is true to line and grade.
C. INTERMEDIATE BACKFILL
1.
The backfill shall be blended sufficiently to secure the best practicable degree of
compaction and stability.
2.
Compaction may be performed by mechanical or hand tamping methods or by hydraulic
methods as is necessary to achieve the required relative compaction.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02200.doc
02200 - 6
EXCAVATION AND BACKFILL
11/30/2011
3.03
3.
Care shall be taken during compaction to prevent displacement of the pipe due to floating
or shifting and to prevent hydrostatic or impact damage to the pipe and foundation. Heavy
mechanical tamping or rolling equipment directly over the top of the pipe, such as might
result in excessive reduction of the vertical diameter of the installed pipe, shall be avoided.
4.
Intermediate backfill above the pipe zone backfill shall not be placed until conformance
with specified relative compaction of pipe zone backfill material has been confirmed.
PRECAUTION AGAINST FLOTATION
The Contractor shall take every precaution against the flotation of the pipe due to water
entering the trench or while pouring concrete encasement. In case of flotation, the Contractor
shall replace the pipeline or portions thereof at his/her own expense and make good any injury
or damage that may have resulted.
3.04
BACKFILL DEFECTS
Within one (1) year after acceptance of the project, the Contractor shall promptly refill and
repair all trenches which settle or otherwise show defects. All shrubs, trees, lawns, patios,
structures and other property disturbed during the course of the work shall be restored to their
original condition to the satisfaction of the Engineer.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02200.doc
02200 - 7
EXCAVATION AND BACKFILL
11/30/2011
SECTION 02500
SURFACE RESTORATION
PART 1 - GENERAL
1.01 DESCRIPTION
A. SCOPE OF WORK
Work included in this section shall consist of furnishing all labor, material, equipment,
tools and services required for the performance of paving and surfacing operations,
including repair of curbs, gutters, sidewalks, etc., as specified herein and/or as shown
on the Drawings, or as necessary to complete the project. Any concrete curbs, gutters
or sidewalks damaged by the work shall be repaired or replaced in kind.
B. RELATED WORK SPECIFIED IN OTHER TECHNICAL SECTIONS
1. Section 02200: Excavation and Backfill
1.02 SUBMITTALS
The Contractor shall submit to the Engineer data describing the proposed surface
restoration materials.
1.03 PAYMENT
A. Unless specifically itemized as a bid item, payment for restoration of all surfaces and
surface improvements damaged as a part of the work, including asphalt pavement,
paths, sidewalks, curbs, gutters, landscaping, etc., shall be included in the lump sum bid
price for the pump station construction and no additional allowance will be made
therefor. Section 39-8 of the Caltrans Specifications does not apply.
B. The Contractor shall be responsible for any off-site improvements damaged as a result
of the Contractor's operation or by the travel of trucks on roads to and from the work
area. Any such off-site damage shall be replaced at the Contractor's expense.
PART 2 - PRODUCTS
2.01 GENERAL
A. Materials for paving and surfacing shall conform to the applicable provisions of the
State Standard Specifications and the County Specifications.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02500.doc
02500 - 1
SURFACE RESTORATION
11/30/2011
B. Pavement restoration for public roads shall conform to the requirements of the agency
having jurisdiction over the roadway right-of-way.
2.02 PAVING AND SURFACING MATERIALS
A. AGGREGATE BASE
Aggregate base shall be Class 2, conforming to Section 26 of the State Standard
Specifications. Minimum relative compaction shall be 95%. If pavement having a
structural section greater than 15" is cut, additional base material may be required by
the Engineer. Base shall be placed and compacted prior to placing of temporary paving.
B. ASPHALT CONCRETE
1. Asphalt concrete shall conform to the applicable requirements of Section 39 of the
State Standard Specifications for Type B aggregate. Paragraph 39-8 is not
applicable. Surface courses shall be constructed using 3/8-inch maximum graded
aggregate. Lower courses shall be constructed using 3/4-inch maximum graded
aggregate.
2. Paving asphalt shall be PG 64-10, conforming to the requirements of Section 92 of
the State Standard Specifications. Bituminous binder shall be five and one half
percent (5.5%).
3. Liquid asphalt prime coat shall be slow curing.
C. CONCRETE
Concrete for replacement of curbs, gutters, sidewalks, etc. shall be Class B, five (5)
sack mix.
PART 3 - EXECUTION
3.01 PLACEMENT OF ASPHALT CONCRETE
A. DELIVERY AND SPREADING
Bituminous mixtures shall be delivered to the roadbed at temperatures specified in
Section 39 of the State Standard Specifications. Spreading of the mixture shall be in
accordance with Section 39 of the State Standard Specifications. All loads shall be
covered with tarpaulin or other material during transportation.
B. COMPACTION
Initial or breakdown rolling and the final rolling of the uppermost layer of the asphalt
concrete shall be compacted in accordance with Section 39 of the State Standard
Specifications. Compaction by vehicular traffic shall not be permitted.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02500.doc
02500 - 2
SURFACE RESTORATION
11/30/2011
C. PAVEMENT THICKNESS
Pavement shall match the existing adjoining pavement in thickness, or as indicated on
the Drawings, or as specified, whichever is greater.
D. JOINING PAVEMENT
The joints between old and new pavements or between successive days' work shall be
carefully made in such manner as to insure a continuous bond between old and new
sections of the course. Edges of existing pavement shall be exposed and cleaned and
edges cut to straight, vertical surfaces. All joints shall be painted with a uniform coat of
tack coat before the fresh mixture is placed.
E. PAVEMENT CUTTING
Trenches and other excavations in asphalt paved areas shall be cut by means of a
jackhammer equipped with a spade tool or a pavement saw to the full depth of the
pavement. Pavement cuts shall be laid out by a chalk line and care shall be taken to
ensure neat, straight edges.
After the Engineer has approved a section of trench for final paving, the Contractor
shall strip out all temporary pavement to the full depth of the new pavement section as
specified. Spalled or cracked sections of pavement beyond the excavation limits which,
in the opinion of the Engineer, show signs of having separated from the adjoining
pavement or are moveable, shall be removed and replaced with new pavement. Broken
edges of pavement shall be trimmed along lines parallel to the trench edges. Exposed
subgrade materials shall be compacted to the same standards as the adjoining trench
backfill.
F. CONFORMANCE TO EXISTING IMPROVEMENTS
Asphalt concrete overlays shall be tapered to conform to existing paving, gutters, catch
basins, etc. as directed by the Engineer.
G. SAND SEAL
Provide a sand seal over all new asphalt.
3.02
RESTORING OTHER AREAS
A. Other surfaced areas other than pavement shall be restored by replacement of identical
surface and base when practicable. In no case shall the thickness and method of
placement of curbs, sidewalks, etc., be less than that specified in the County
Specifications.
B. All concrete curbs, gutters, aprons, patios, driveways and sidewalks which are broken,
crushed or damaged by the installation of the improvements shall be reconstructed by
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02500.doc
02500 - 3
SURFACE RESTORATION
11/30/2011
and at the expense of the Contractor, of the same kind of material and of the same
dimensions as the original work, with the minimum requirement that concrete shall be
Class A (6-sack), and the minimum thickness for concrete slabs, etc., shall be four (4)
inches. The repairs shall be made by removing or replacing the entire portions between
joints by removing the damage portions by concrete saw and not by merely refinishing
the damaged part. All work shall match the appearance of the existing improvements as
nearly as practicable.
C. All trenches in landscaped or cultivated areas shall have the top twelve (12) inches
backfilled with topsoil. After installation, the topsoil and any adjacent unimproved land
which has been compacted by the operation of the Contractor shall be thoroughly
scarified and the surface cleaned of all large clods, stones or debris.
D. In lawn areas, the Contractor shall replace any grass removed for excavations, or which
is damaged by his operations, with sod. Ground cover materials other than lawn shall
be replaced in kind to the satisfaction of the Engineer.
E. The Contractor shall maintain all restored lawn and landscaped areas for a minimum of
thirty (30) days after acceptance of the project by the District.
F. All restoration work shall be included in the unit bid price for pipeline construction and
no additional allowance will be made therefor.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.02500.doc
02500 - 4
SURFACE RESTORATION
11/30/2011
SECTION 03310
CAST-IN-PLACE CONCRETE
PART 1 - GENERAL
1.01 SCOPE OF WORK
A. GENERAL
The work included under this section consists of furnishing all labor, tools, equipment and
materials necessary for the installation of all concrete, reinforced concrete, reinforcing steel,
grout and mortar, as shown on the plans and specified herein. Concrete for concrete pavement
shall conform to these specifications.
B. RELATED WORK SPECIFIED IN OTHER TECHNICAL SECTIONS
1.
2.
Demolition: Section 02050
Excavation and Backfill: Section 02200
1.02 QUALITY ASSURANCE, MATERIALS AND CONSTRUCTION
A. GENERAL
All concrete materials and construction shall comply with the requirements, and be in accordance
with the American Concrete Institute Standard 301-89, "Specifications for Structural Concrete for
Buildings," except as supplemented and modified as follows (all references to
"Architect/Engineer" in the ACI Standard shall be interpreted as referring to the Engineer).
Additional workmanship and materials requirements shall conform to ACI 350R-89,
"Environmental Engineering Concrete Structures." The Engineer shall interpret the applicability
and intent of this section.
B. STRENGTH
1.
The concrete for all structures shall have a minimum compressive strength of four thousand
five hundred (4,500) pounds per square inch twenty-eight (28) days after placement.
2.
All concrete shall contain a minimum of five hundred sixty-four pounds (six sacks) of
Portland cement per cubic yard.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.03310.doc
03310 - 1
CAST-IN-PLACE CONCRETE
11/30/2011
1.03 SUBMITTALS
Per these specifications, the Contractor shall submit to the Engineer for favorable review the
following, even though items proposed to be furnished conform to the exact description stated in
this section or as shown on the Contract Drawings:
1.
A notarized statement stating that the cement conforms to ASTM C-150.
2.
Shop Drawings of all reinforcing details and layout.
3.
Concrete mix design and strength data.
1.04 PAYMENT
The cost of all cast-in-place concrete, including all materials, reinforcing, form work, finishing
grout and epoxies shall be included in the bid price for the construction work and no additional
compensation will be made allowed.
PART 2 - PRODUCTS
2.01 GENERAL
All materials shall be furnished by an established and experienced manufacturer or supplier. All
materials shall be new, shall be of first-class ingredients, and shall be guaranteed to perform the
service required.
2.02 CONCRETE MATERIALS
A. CEMENT
All cement for all structures shall be Type II or Type V, ASTM C-150.
B. ADMIXTURES
1.
An approved water-reducing admixture conforming to ASTM C-494 shall be added.
2.
An approved air-entraining admixture conforming to ASTM C-260 shall be added. Total air
content shall be between 2.5 and 3.5% as measured by ASTM C-173.
3.
Other admixtures designed and manufactured for the express purpose of (1) preventing
segregation of the mix and/or (2) improving the workability of the concrete will be permitted
subject to written approval by the Engineer both for quality and proportions. Admixtures
shall not be used to replace cement.
4.
Unless specifically provided for in these Specifications, no other admixtures will be
permitted.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.03310.doc
03310 - 2
CAST-IN-PLACE CONCRETE
11/30/2011
C. AGGREGATES
1.
2.
All aggregates shall conform to "Specifications for Concrete Aggregates" (ASTM C-33). All
aggregates shall have a minimum C.V. (cleanliness value) and S.E. (sand equivalent) of not
less than 75. Three (3) samples shall be tested in each case and shall be taken from the
weight hopper. The average of the results of the individual tests will be the accepted value
in each case. These values shall be maintained throughout the course of the work, and any
indicated deviation therefrom will be cause for rejection of such material, pending additional
tests. Tests shall conform to Test Method No. Calif. 227 for Cleanliness Value of Coarse
Aggregate and Test Method No. Calif. 217 for Sand Equivalent (California Transportation
Laboratory, California Test Methods).
The nominal maximum size of aggregates shall be 1½"; gradation shall be based on a 1½"
nominal maximum size aggregate. In thin section (6" or less in thickness), a ¾" nominal
maximum size aggregate may be used if expressly approved in writing by the Engineer.
D. SELECTION OF PROPORTIONS
The Contractor shall have his/her mix designed and shall submit the proposed proportions to the
Engineer for review and approval prior to the preparation of the trial batch. The cement content
shall be not less than six (6) sacks of cement (94 lbs per sack) per cubic yard of concrete, and the
water-cement ratio shall not exceed 0.45 or a total of 5.0 gallons of water per 94-lb sack of
cement.
E. CHLORIDE LIMITATION
The maximum water soluble chloride ion content expressed as a percent of the cement contributed
from all ingredients of the concrete mix, including water aggregates, cementitious material and
admixtures, shall not exceed 0.10%.
2.03 REINFORCING STEEL
Reinforcing bars: Reinforcing steel shall conform to ASTM A-615, Grade 60.
Weldable reinforcing bars: ASTM A706/A706M.
Welded wire reinforcement: ASTM A185. Flat sheets only.
Plain round bars: ASTM A82.
Spiral wire reinforcing: ASTM A82. Minimum yield strength of 60,000 psi.
2.04 GROUT
Grout shall have a minimum cement content of 7 sacks per cubic yard, plus a water reducing
agent, and shall have a compressive strength as required to exceed f = 1500 psi.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.03310.doc
03310 - 3
CAST-IN-PLACE CONCRETE
11/30/2011
PART 3 - EXECUTION
3.01 FORMWORK
Lumber and plywood shall conform to the dimensions of the concrete surfaces shown on the
Plans, shall be sufficiently tight to prevent leakage, and shall be sufficiently strong and braced to
maintain their proper shape and alignment.
Earth cuts shall not be used as forms for vertical surfaces other than foundations below grade.
Where permitted, the cut shall be neat, straight and must stand vertical.
3.02 REINFORCING
A. Bar Placement - Reinforcing bars shall be tied and supported so as to maintain their exact
shape and alignment during concrete placement.
B. Bends and Lap Splices - Bend bars at all corners and intersections and lap bars at all splices.
Welded wire reinforcement: lap 6” min. Bend all bars in accordance with codes and details
or typical hooks and bends for concrete reinforcement. Bars bent at a radius other than that
indicated in the code will be rejected by the Engineer.
C. Detailing and Placing - Conform to ACI 315. The Concrete Reinforcing Steel Institute
(CRSI) “Manual of Standard Practice”, and the CRSI “Placing Reinforcing Bars”. Bars
shall be tied and supported so as to maintain their exact shape and alignment during concrete
placement.
Maintain a minimum 1” clear space between parallel bars, except contact lap splices.
D. Welding of Reinforcement - Weld reinforcement only when specifically approved in writing
by the engineer; comply with “Structural Welding Code – Reinforcing Steel” (ANSI/AWS
D1.4), including preheat and interpass temperatures of paragraph 5.2.1; certified welders.
Prior to welding, submit mill report of reinforcement to be welded.
3.03 CONCRETE PLACEMENT
The Contractor shall notify the Engineer at least seventy-two (72) hours before concrete is placed.
No concrete shall be placed until all excavations, forms, reinforcing and inserts have been constructed and observed by the Engineer.
All concrete shall be thoroughly vibrated during the pouring operation by a mechanical vibrator.
3.04 FINISHES ON CONCRETE
All surfaces shall be finished to flat true planes or smooth surfaces. Edges shall be straight or
uniformly curved. Flat surfaces shall be accurate to within ⅛-inch in 10 feet.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.03310.doc
03310 - 4
CAST-IN-PLACE CONCRETE
11/30/2011
Walking surfaces - Light broom finish.
Exposed unpainted vertical surfaces - Smooth form finish plus sacking.
All tie holes and bug holes shall be filled with non-metallic, non-shrink grout per ACI 350R-89.
All concrete surfaces not receiving a stucco coating shall be sacked with a sacking compound.
3.05 DRYPACK
Where "drypack" is called for on the Plans, a mixture containing one (1) part cement to three (3)
parts clean sand shall be used. The moisture content shall be such that the mixture will ball when
formed by hand, but will crumble when struck. The mixture shall be confined in the opening to
be filled and driven home in small amounts, using a hammer and a stick or blunt metal tool in
such a manner that a very dense mortar is obtained. Should the resulting joint leak, the material
shall be chipped out and the opening refilled until a watertight joint is obtained.
Mortar used shall be non-shrinking, level-fill grout, water and oil resistant, developing a
compressive strength of at least 7,500 psi in seven (7) days, non-metallic and bond to metal.
Mortar shall be used in accordance with the recommendations of the manufacturer.
3.06 ALTERATIONS TO CONCRETE STRUCTURES
A. GENERAL
B.
1.
All alterations, chipping, drilling or cutting of concrete shall be approved by the Engineer.
2.
Where the Contractor is required to cut openings through existing concrete or masonry
walls, the hole shall be pre-cut with a proper masonry saw on both sides of the wall. After
removal of the concrete, all rough surfaces of the wall shall be ground smooth and patched
with cement mortar.
3.
Openings for installation of pipes up to twelve (12) inches diameter shall be machine cored.
For larger pipes, openings shall be made by drilling small holes around the periphery prior
to chipping out the concrete. After the pipe has been installed, the opening shall be grouted
and made completely watertight.
EPOXY FOR ANCHORS
1.
Anchor bolts, manhole steps or other embedments installed in existing concrete shall be
grouted using quick-setting, non-metallic, epoxy grout. The epoxy grout shall be Hilti HY
150 epoxy, equivalent Power-Fast or approved equal. The installation shall be made in
accordance with the recommendation of the manufacturer. All anchors shall be Type 316L
stainless steel.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.03310.doc
03310 - 5
CAST-IN-PLACE CONCRETE
11/30/2011
C. CONCRETE SURFACE REPAIRS
1. GENERAL
Where shown on the plans cracked and spalled concrete shall be repaired using the following
materials and procedures. Manufacturers instructions: all materials shall be mixed and applied
in accordance with the manufacturer’s instructions. Where leaks occur in concrete walls, the
concrete shall be chipped around the leak and sealed with cement grout specified below, in
strict accordance with the manufacturer's instructions.
2. MATERIALS
Materials for concrete repair shall be from the same manufacturer and must be compatible
with each other.
a.
Bonding agent shall be a 3-component, solvent-free, moisture-tolerant, epoxy-modified,
cementititous product specifically formulated as a bonding agent and an anti-corrosion
coating. Manufacturers: Sika Armatec 110, Euclid Duralprep A.C., or approved equal.
b.
Patching Mortar shall be a two-component, polymer-modified, portland cement,
fastsetting, non-sag mortar for high performance repair of vertical and overhead
surfaces together with a penetrating corrosion inhibitor. Manufacturer: Sika Top 123
Plus, Euclid Duraltop Gel, or approved equal.
3. SURFACE PREPARATION
a. Cementitious substrates: Thoroughly clean and prepare cementitious surfaces to achieve
a laitance and contaminant-free surface prepared in accordance with the requirements
specified by the overlay or repair material by blastcleaning or equivalent mechanical
means. Substrate must be saturated surface dry (SSD) with no standing water.
b. Reinforcing steel preparation: Exposed reinforcing steel shall be cut back so that a
minimum of 2” of patch material covers the steel, Chip out the concrete around the
reinforcing steel as necessary to obtain the coverage. Clean and prepare the steel
thoroughly by blastcleaning and/or other mechanical cleaning as necessary to remove all
traces of rust. Where corrosion has occurred due to the presence of chlorides, the steel
shall be high-pressure washed with clean water after mechanical cleaning.
4. BONDING AGENT APPLICATION
Bonding agent shall be applied by a stiff bristle brush or broom. Spray apply with Goldblatt
Pattern Pistol or equal equipment. For best results, work the bonding slurry well into the
substrate to ensure complete coverage of all surface irregularities. Apply the freshly mixed
patching mortar or concrete wet on wet or up to the maximum recommended open time
onto the bonding slurry.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.03310.doc
03310 - 6
CAST-IN-PLACE CONCRETE
11/30/2011
5. PATCHING MORTAR APPLICATION
Patching mortar shall be scrubbed into the substrate, filling all pores and voids. Force
material against edge of repair, working toward center. After filling repair, consolidate then
screed. Material may be applied in multiple lifts. The thickness of each lift, not to be less
than 1/8 inch minimum or more than 1 ½ inches maximum. Where multiple lifts are
required score top surface of each lift to produce a roughened surface for next lift. Allow
preceding lift to reach final set, 30 minutes minimum before applying fresh material.
Saturate surface of the lift with clean water. Scrub fresh mortar into preceding lift. Allow
mortar or concrete to set to desired stiffness, then finish with wood or sponge float for a
smooth surface.
6. CURING
Curing shall conform to ACI recommendations for portland cement concrete, curing is
required. Moist cure with wet burlap and polyethylene, a fine mist of water or a water
based, compatible cutting compound. Curing compounds adversely affect the adhesion of
following lifts of mortar, leveling mortar or protective coatings. Moist curing shall
commence immediately after finishing. If necessary protect newly applied material.
D. BONDING NEW CONCRETE TO OLD
Where it is required to apply new concrete over old surfaces or to bond precast concrete sections
or other types of material to concrete, the Contractor shall first apply a brush-on epoxy resin
concrete adhesive Concresive #1401 as manufactured by BASF Corporation, "Sikadur Hi-Mod"
as manufactured by Sika Corp, Santa Fe Springs, CA, or an approved equal. The old surface
shall be cleaned by sandblasting or chipping and the adhesive applied in strict accordance with the
recommendations of the manufacturer.
3.07 TESTS OF CONCRETE
Slump tests shall be performed by the Contractor in the presence of the Inspector at the beginning
of each day's pour and at such additional times as required by the Engineer or his/her
representative. Slump tests shall be made in accordance with current ASTM Designation C-143.
The amount of water used in the mixture shall be the amount required to produce concrete with a
4" maximum slump. When the slump of the concrete is found to exceed the nominal slump, the
mixture shall be adjusted as directed by the Engineer to reduce the slump to a value within the
nominal range shown.
Where there are adverse or difficult conditions which affect the placing of concrete, the
Contractor may request permission of the Engineer to increase the slump by increasing both the
water and cement content. The cost of additional water and cement shall be at the Contractor's
expense.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.03310.doc
03310 - 7
CAST-IN-PLACE CONCRETE
11/30/2011
3.08 INSPECTION
The Engineer shall inspect and approve formwork and reinforcing steel placement prior to
concrete pours. The Contractor shall provide at least twenty-four (24) hours notice that
inspections are required.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.03310.doc
03310 - 8
CAST-IN-PLACE CONCRETE
11/30/2011
SECTION 04820
REINFORCED UNIT MASONRY ASSEMBLIES
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Concrete Block.
B. Mortar and Grout.
C. Reinforcement and Anchorage.
1.02 REFERENCES
A. ACI 530/ASCE 5/TMS 402 - Building Code Requirements for Masonry Structures;
American Concrete Institute International; 2002.
B. ACI 530.1/ASCE 6/TMS 602 - Specification For Masonry Structures; American
Concrete Institute International; 2002.
C. ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet-Steel
Bars for Concrete Reinforcement; 2001b.
D. ASTM C 90 - Standard Specification for Loadbearing Concrete Masonry Units; 2002.
E. ASTM C 94/C 94M - Standard Specification for Ready-Mixed Concrete; 2000.
F. ASTM C 144 - Standard Specification for Aggregate for Masonry Mortar; 2002.
G. ASTM C 150 - Standard Specification for Portland Cement; 2002a.
H. ASTM C 207 - Standard Specification for Hydrated Lime for Masonry Purposes;
1991 (Reapproved 1997).
I.
ASTM C 270 - Standard Specification for Mortar for Unit Masonry; 2002.
J.
ASTM C 404 - Standard Specification for Aggregates for Masonry Grout; 1997.
K. ASTM C 1019 - Standard Test Method for Sampling and Testing Grout; 2002.
1.03 SUBMITTALS
A. See Section 01300 - Administrative Requirements, for submittal procedures.
B. Product Data: Provide data for masonry units and mortar and grout.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT REINFORCED UNIT MASONRY ASSEMBLIES
04820 - 1
12/1/11
7970.04820.doc
C. Manufacturer's Certificate: Certify that masonry units meet or exceed specified
requirements.
1.04 QUALITY ASSURANCE
A. Comply with provisions of ACI 530/ASCE 5/TMS 402 and ACI 530.1/ASCE 6/TMS
602, except where exceeded by requirements of the contract documents.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Deliver, handle, and store masonry units by means that will prevent mechanical
damage and contamination by other materials.
1.06 ENVIRONMENTAL REQUIREMENTS
A. Maintain materials and surrounding air temperature to minimum 40 degrees F (5
degrees C) prior to, during, and 48 hours after completion of masonry work.
B. Maintain materials and surrounding air temperature to maximum 90 degrees F (32
degrees C) prior to, during, and 48 hours after completion of masonry work.
1.07 PAYMENT
The cost of all reinforced masonry shall be included in the bid price for the construction
work and no additional compensation will be allowed.
PART 2 PRODUCTS
2.01 CONCRETE MASONRY UNITS
A. Concrete Block: Comply with referenced standards and as follows:
1. Size: Open End Bond Beam units with nominal face dimensions of 16 x 6 inches
(400 x 200 mm) and nominal depth of 8 inches (200mm).
2. Special Shapes: Provide non-standard blocks configured for corners, headers,
and other detailed conditions.
3. Load-Bearing Units: ASTM C 90, light weight.
a. Hollow block Grade N, Type 1.
2.02 MORTAR AND GROUT MATERIALS
A. Portland Cement: ASTM C 150, Type II; color as required to produce approved
color sample.
1. Hydrated Lime: ASTM C 207, Type S.
2. Mortar Aggregate: ASTM C 144.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT REINFORCED UNIT MASONRY ASSEMBLIES
04820 - 2
12/1/11
7970.04820.doc
3. Grout Aggregate: ASTM C 404.
B. Water: Clean and potable.
2.03 REINFORCEMENT AND ANCHORAGE
A. Reinforcing Steel: ASTM A 615/A 615M Grade 60 (420).
1. Deformed billet-steel bars.
2.04 MORTAR MIXES
A. Mortar for Unit Masonry: ASTM C 270, using the Proportion Specification.
1. Masonry below grade and in contact with earth: Type S.
2. Exterior, loadbearing masonry: Type N.
2.05 GROUT MIXES
A. Engineered Masonry: 2500 psi (17.3 MPa) strength at 28 days; 8-10 inches (200-250
mm) slump; provide premixed type in accordance with ASTM C 94/C 94M.
1. Fine grout for spaces with smallest horizontal dimension of 2 inches (50 mm) or
less.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that field conditions are acceptable and are ready to receive masonry.
B. Verify that related items provided under other sections are properly sized and located.
C. Verify that built-in items are in proper location, and ready for roughing into masonry
work.
3.02 PREPARATION
A. Clean reinforcement of loose rust.
B. Provide temporary bracing during installation of masonry work. Maintain in place
until building structure provides permanent bracing.
C. For areas where high-lift grouting will be employed, provide cleanout openings as
follows:
1. Hollow Masonry: Not less than 4 inches (100 mm) high at the bottom of each
cell to be grouted, formed by cutting out face shell of masonry unit.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT REINFORCED UNIT MASONRY ASSEMBLIES
04820 - 3
12/1/11
7970.04820.doc
3.03 COURSING
A. Establish lines, levels, and coursing indicated. Protect from displacement.
B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints
of uniform thickness.
C. Concrete Masonry Units:
1. Bond: Running.
2. Coursing: One unit and one mortar joint to equal 8 inches (200 mm).
3. Mortar Joints: Flush.
3.04 PLACING AND BONDING
A. Lay hollow masonry units with face shell bedding on head and bed joints.
B. Remove excess mortar as work progresses.
C. Interlock intersections and external corners.
D. Do not shift or tap masonry units after mortar has achieved initial set. Where
adjustment must be made, remove mortar and replace.
E. Perform job site cutting of masonry units with proper tools to provide straight, clean,
unchipped edges. Prevent broken masonry unit corners or edges.
3.05 REINFORCEMENT AND ANCHORAGE
A. Reinforcement Bars: Secure at locations indicated and to avoid displacement during
grouting. Minimum spacing between bars or to masonry surfaces shall be one bar
diameter.
1. Welding of splices is not permitted.
3.06 GROUTING
A. Solid grout all cells. Perform grouting by means of high-lift technique, except in
locations that mandate use of low-lift grouting technique.
B. Low-Lift Grouting:
1. Limit height of masonry to 16 inches (400 mm) above each pour.
2. Pour grout only after vertical reinforcing is in place; place horizontal reinforcing
as grout is poured. Prevent displacement of bars as grout is poured.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT REINFORCED UNIT MASONRY ASSEMBLIES
04820 - 4
12/1/11
7970.04820.doc
3. Place grout for each pour continuously and consolidate immediately; do not
interrupt pours for more than 1-1/2 hours.
C. High-Lift Grouting:
1. Verify that horizontal and vertical reinforcement is in proper position and
adequately secured before beginning pours.
2. Clean out masonry cells and other cavities to be grouted by high pressure water
spray or compressed air. Remove debris, allow to dry, and inspect before sealing
cleanout openings.
3. Hollow Masonry: Limit lifts to maximum 4 feet (1.2 m) and pours to maximum
height of 24 feet (7.3 m).
4. Place grout for spanning elements in single, continuous pour.
3.07 BUILT-IN WORK
A. As work progresses, install built-in metal door frames and other items to be built into
the work and furnished under other sections.
B. Install built-in items plumb, level, and true to line.
C. Bed anchors of metal door and glazed frames in adjacent mortar joints. Fill frame
voids solid with grout.
3.08 TOLERANCES
A. Maximum Variation From Unit to Adjacent Unit: 1/16 inch (1.6 mm).
B. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft (6 mm/3 m) and 1/2 inch
in 20 ft (13 mm/6 m) or more.
C. Maximum Variation from Plumb: 1/4 inch (6 mm) per story non-cumulative; 1/2
inch (13 mm) in two stories or more.
D. Maximum Variation from Level Coursing: 1/8 inch in 3 ft (3 mm/m) and 1/4 inch in
10 ft (6 mm/3 m); 1/2 inch in 30 ft (13 mm/9 m).
E. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft (3 mm/m).
3.09 FIELD QUALITY CONTROL
A. An independent testing agency will perform field quality control tests, as specified in
Section 01400.
B. Test and evaluate grout in accordance with ASTM C 1019 procedures.
1. Test frequency: each pour.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT REINFORCED UNIT MASONRY ASSEMBLIES
04820 - 5
12/1/11
7970.04820.doc
3.10 PROTECTION OF FINISHED WORK
A. Without damaging completed work, provide protective boards at exposed external
corners which are subject to damage by construction activities.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT REINFORCED UNIT MASONRY ASSEMBLIES
04820 - 6
12/1/11
7970.04820.doc
SECTION 08100
DOORS AND HARDWARE
PART I - GENERAL
1.01 DESCRIPTION
A. WORK INCLUDED IN THIS SECTION
1. Hollow Metal Doors and Frames
2. Wood Doors
3. Hardware
B. RELATED WORK SPECIFIED IN OTHER TECHNICAL SECTIONS
1. Reinforced Masonry: Section 04220
2. Painting: Section 09900
1.02 QUALITY ASSURANCE
The Contractor shall comply with the following reference standard:
1. National Association of Architectural Metal Manufacturer’s
“Specification for Custom Hollow Metal Doors and Frames.”
(NAAM)
2. Hardware Locations for Custom Hollow Metal Doors - NAAM Standard
2.01 STAINLESS STEEL DOORS AND FRAMES
A. GENERAL
Stainless steel doors and frames shall be constructed of 12 gauge, Type 316 stainless
steel with a stainless steel vertically stiffened core. Nothing but first-class
workmanship will be acceptable. Finished work shall be smooth and free from warps
and buckles. No weld marks shall show on completed work. All irregularities shall
be thoroughly cleaned and filled and sanded to give a completely smooth surface.
Doors and frames shall be suitable for painting.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.08100.doc
08100 - 1
DOORS AND HARDWARE
11/30/11
B. DOORS
The two face sheets shall be formed from stainless steel and shall be rigidly
connected and reinforced inside by a vertical stainless steel stiffened core.
All voids between stiffeners and face sheets shall be filled with fiberglass or
equivalent incombustible, moisture resistant, chemically inert sound deadening
material. Doors shall be 2 inches thick flush seamless construction and furnished with
neoprene seals on jambs and vinyl seat at bottom of door.
Door edges shall be welded and free of seams or cracks. Lock edges shall be beveled
1/8” in 2”. Faces of doors shall be flat with no joints, weld marks or bumps. Doors
shall be neatly mortised, reinforced for all mortise hardware and shall be drilled and
tapped at the factory. Surface applied hardware shall be reinforced for field drilling
and tapping.
C. FRAMES
Frames shall be welded units formed of No. 12 gauge Type 316 stainless steel.
Corners shall be mitered, fitted and continuously welded for full depth of frame and
ground smooth. Frames shall be formed straight and true to profiles as shown on the
drawings.
Frames shall be mortised and reinforced for all mortise type hardware and shall be
drilled and tapped at the factory. Metal cover boxes shall be furnished over all
hardware cutouts and all frames shall be filled with grout.
2.02 HARDWARE
A. GENERAL
All hardware shall be Type 316 stainless steel.
B. HINGES
Hinges shall be five (5) inch high extra heavy steel hinges, full mortised with 4-ball
bearings and removable pins.
C. LOCKSETS
Locksets shall be heavy duty mortise locks, U.S. Govt. Series 8LA, master keyed to
District standard keys.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.08100.doc
08100 - 2
DOORS AND HARDWARE
11/30/11
D. CLOSERS
Closers shall be mounted on lock leaf of exterior doors. Closers shall be heavy duty
liquid checking, rack and pinion construction with helical springs. Closers shall be
reversible, furnished with hold-open arm. Corner brackets shall be installed to
mounted closers on inside of swing-out exterior doors.
E. EXTENSION BOLTS
Exterior open-out doors shall be furnished with flush extension bolts for holding the
door open against wind. Bolt shall engage in pipe set in concrete.
F. THRESHOLDS
Thresholds shall be Type 316 stainless steel five-inch wide and ½ inch high,
corrugated and shall be accurately cut in the field to fit the door opening.
G. WEATHERSTRIP
Weatherstrip shall be hook strip and spring type attached with screws and shall be
installed on all exterior doors. All metal shall be Type 316 stainless steel.
H. SOUND RETARDANT SEALS
Sound retardant seals shall be installed on exterior doors to the engine room of the
pumping station.
PART 3 – EXECUTION
3.01 INSTALLATION
A. FRAMES
Frames shall be set accurately in position, plumbed, aligned and braced securely until
permanent anchors are set. The bottom of frames shall be anchored securely to
floors with expansion bolts or with power driven fasteners. Corrosion resistant wall
anchors shall be secured to adjoining construction as Indicated.
B. HANGING DOORS
Doors shall be set accurately, snug against all stops and free from hinge bind.
Hardware shall be accurately installed and fastened with machine screws or bolts at
all points where fasteners are indicated or required. Hardware shall be left in perfect
working order and cleaned and polished.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.08100.doc
08100 - 3
DOORS AND HARDWARE
11/30/11
3.02 FINISH
All surfaces shall be cleaned of oil, grease and other impurities. Stainless steel doors
shall be painted in accordance with the coating systems specification, “Painting,”
Section 09900.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.08100.doc
08100 - 4
DOORS AND HARDWARE
11/30/11
SECTION 15050
PIPEWORK
PART 1 - GENERAL
1.01 DESCRIPTION
A. WORK INCLUDED IN THIS SECTION
The Contractor shall furnish, install and test all pipework, including fittings, valves and
appurtenances as shown on the drawings and described in these specifications as required to
completely interconnect all equipment with piping for complete and operable systems.
B. RELATED WORK SPECIFIED IN OTHER TECHNICAL SECTIONS
1.
2.
Excavation and Backfill: Section 02200
Cathodic Protection: Section 16640
1.02 QUALITY ASSURANCE
A. MANUFACTURE
All materials and equipment furnished under this section shall: (1) be of a manufacturer who
has been regularly engaged in the design and manufacture of the materials and equipment; and
(2) be demonstrated to the satisfaction of the Engineer that the quality is equal to the materials
and equipment made by those manufacturers specifically named herein, if an alternate product
manufacturer is proposed.
B. CODES
Pipe materials and fittings shall meet specific ASTM, ASA, AWWA, commercial or Federal
Specification Standards, as designated herein.
C. INSPECTION
All piping materials delivered to the job site shall be new, free from defects and shall be
marked to identify the material, class and thickness.
D. ACCEPTANCE
Acceptance of piping materials shall be subject to strengths and quality testing in addition to
inspection of the completed product. Acceptance of installed piping shall be based on
inspection and leakage tests as specified herein.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 1
PIPEWORK
11/30/2011
1.03 SUBMITTALS
A. GENERAL
Per these specifications, the Contractor shall submit shop drawings and technical literature
relating to the materials and equipment to be furnished under this section as will enable the
Engineer to determine compliance with the design and arrangement of parts shown on the plans
and specified herein or called for by character of this work.
B. SHOP DRAWINGS
Shop drawing requirements for pipework shall include the following:
1.
Layouts and Schematics: Submit detailed installation drawings of all piping and connected
equipment. The drawings shall include all fittings, valves, pipe support locations and
types, seismic brace locations and types, and other appurtenances.
2.
Submit data to show that the following items conform to the specification requirements:
a.
b.
c.
d.
Pipe, fittings and accessories
Pipe supports and seismic braces as required herein
Flexible couplings and flanged adapters
Valves
3.
Submit certified test reports as required herein and by the referenced standard
specifications.
4.
Joint designs.
C. MANUALS
The Contractor shall furnish manufacturer's installation and operation manuals, bulletins and
spare parts lists for all valves.
D. AFFIDAVITS
The Contractor shall furnish affidavits from the manufacturers stating that valves 4" and larger
have been properly installed and tested and are ready for full time operation.
1.04 APPURTENANCES
The Contractor shall furnish and install all necessary guides, inserts, anchors and assembly
bolts, washers and nuts, hangers, thrust blocks, supports, gaskets, flanges and all other
appurtenant items shown on the drawings, specified or required for the proper installation and
operation of the piping, devices included in or on the piping equipment, and piping accessories.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 2
PIPEWORK
11/30/2011
1.05 PAYMENT
The cost of all pipework shall be included in the bid price for the construction work and no
additional compensation will be allowed.
PART 2 - PRODUCTS
2.01 GENERAL
All materials shall be new, shall conform to these specifications and to the sizes and details
shown on the plans. All materials shall be subject to test by the Contractor at the point of
manufacture or at the site of the work. All materials which may fail to meet the requirements
of the specifications herein referred to shall be rejected and shall be removed from the site of
the work.
2.02 PIPE AND PIPE FITTINGS
A. GENERAL
Pipeline materials allowable for each pipeline are shown on the plans. The pipe and materials
specified in this section include all the types of pipe materials which could be used for one or
more items in the project.
B. STAINLESS STEEL PIPING
1. GENERAL – Where indicated on the plans the Contractor shall provide Schedule 40
stainless steel piping including all pipe, fittings and welding.
2. PIPE - Stainless steel pipe shall be Type 316/316L stainless steel conforming to ASTM
A 778.
3. WELDED FITTINGS - Welded stainless steel fittings shall be Type 316/316L conforming
to ASTM A774. All stainless steel fittings except for 90° elbows shall be Schedule 40s.
All 90° elbows shall be Schedule 80s.
4. WELDING - All welding of stainless steel shall be done by a certified welder qualified in
the welding of stainless steel. All shop welding and field welds shall be done in a manner
that they do not discolor or “rust.”
C. DUCTILE IRON PIPE AND FITTINGS (DI)
1. GENERAL. Unless otherwise provided, wherever ductile iron pipe is shown on the plans
or specified herein, it shall conform to the specifications of the manufacturer and the
requirements of the current standard specifications of the American Standard Association,
ANSI A21.50, insofar as they apply to the work under this contract.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 3
PIPEWORK
11/30/2011
All ductile iron pipe and specials shall have bell-and-spigot ends or flanged ends as the
conditions of installation require, as shown on the plans, or as specified for any particular
run of pipe. Pipe and specials shall be of the diameter and class shown on the plans, or as
specified. Unless otherwise noted, all ductile iron specials and fittings shall conform to
ANSI A21.10 specifications.
All flanged ductile iron pipe and special casting shall conform to the Standard
Specifications for Ductile Iron Pipe and Special Castings above referred to, so far as they
may apply. They shall particularly relate to diameter, thickness of shell, allowable
variation in diameter and thickness, marking, quality of iron and of castings; testing of
materials, cleaning and shop inspection; coating; hydrostatic tests, and delivery in sound
and perfect condition.
It shall be permissible, where ductile iron pipe is to be flange-connected and the lengths
thereof are shorter than standard pipe lengths, to use screwed-on companion flanges. The
companion flanges shall conform to the specifications for ductile iron flanges noted
herein, with standard drilling and pipe threads.
2. LINING AND COATING. All ductile iron pipe and fittings shall be fusion epoxy lined
and coated.
3. POLYETHYLENE ENCASEMENT. Where ductile iron pipe is installed in the ground,
it shall be provided with polyethylene encasement conforming to AWWA Specification
C105-72.
Polyethylene encasement shall be placed in accordance with the
recommendations of the pipe manufacturer. Polyethylene envelopes shall be carefully
placed and lapped and care shall be exercised so that soil is not placed against the pipe.
4. CLASS AND THICKNESS. All pipe shown on the plans to be of Ductile Iron (DI) shall
be Class 150, unless otherwise specified. Cast Iron (CI) may be substituted for Ductile
Iron (DI) providing the same class of pipe is used.
5. JOINTS ON BURIED PIPING. Cast iron end joints shall be of the type employing a
single elongated rubber gasket to effect the seal, such as the "Tyton" joint, or approved
equal, with internally locking rubber ring joint to resist thrust. Mechanical joints with
restraints may only be used where specifically shown on the plans.
6. JOINTS ON EXPOSED PIPING. All flanges shall be of the thickness specified in the
American Standard for Flanged Fittings, ASA B16.1, Class 125, as adopted by the
American Society of Mechanical Engineers. Flanges shall be accurately faced. The faces
shall be coated with white lead and tallow, or other suitable preparation, and shall be
properly protected during shipment and handling. They shall be at right angles with the
pipe axis. All bolt holes shall straddle the vertical axis and shall be one-eighth inch (1/8")
larger than the respective bolt diameters. Flanges on built-up spools shall be re-faced
after mounting.
All bolts, nuts and washers shall be Type 316 stainless steel and shall have sound wellfitting threads. Bolts shall be provided with hexagonal chamfered heads and nuts. The
underside of all bolt heads and nuts shall have true surfaces at right angles to the axis of
the bolts. The lengths of the bolts shall be such that, after joints are made up, the bolts
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 4
PIPEWORK
11/30/2011
shall protrude through the nuts, but in no case shall they protrude more than one-half
threads.
7. TESTING. The work of laying the cast iron pipes and appurtenances shall be of such a
character as to leave all pipes and connections watertight. Unless otherwise noted, Class
150 lines shall be tested by the Contractor under a pressure of one hundred fifty (150)
pounds per square inch. All leaks shall be repaired and made tight while under test
pressure to the satisfaction of the Engineer. The test instruments shall be furnished by the
Contractor.
The Contractor shall take all necessary precautions to prevent any joints from drawing
while the pipelines and their appurtenances are being tested, and at his/her own expense,
repair any damage to the pipes and their appurtenances or to any structures, resulting from
or caused by, these tests.
D. POLYVINYL CHLORIDE (PVC) PLASTIC PIPE AND FITTINGS WITH SOLVENT
WELDED JOINTS – SCHEDULE 80
1.
SCOPE. PVC pipe shall be installed in the locations shown on the plans. All PVC shall
be Schedule 80. Pipe supports shall be provided at spacings recommended by he
manufacturer based on pipe schedules and temperature conditions of the installation. PVC
piping installed underground shall be encased in not less than six (6) inches Class 2
aggregate base all around.
2.
MATERIALS. PVC pressure pipe and fittings shall be Type I, normal impact, rigid
polyvinyl chloride conforming to the Dept of Commerce Commercial Standard CS 207-60,
or currently applicable revisions of that standard. The pipe shall be rigid, tough, lightweight, thermoplastic pipe, medium gray in color, furnished in iron pipe sizes. Fittings
shall be molded of the same material as the pipe. Flanged joints shall be made with 3/16"
Neoprene or plasticized PVC gaskets.
3.
JOINTS. Joints on PVC pipe shall be solvent welded as follows:
a.
Primer: Purple primer for PVC and CPVC solvent weld pipe and fittings shall be
used. Primer shall meet or exceed ASTM F 656 and must comply with SCAQMD
Rule 1168/316A of 550 grams/liter for Lo-V.O.C. emission requirements. Product
to be listed by NSF International for use with potable water, sewer, drain, waste and
vent systems. Shall also be IAPMO listed for compliance to the applicable standard.
Material contents to include 40% stabilized tetrahydrofuran or greater. MSDS to be
submitted on project.
Primer Applicator: Dauber supplied in the container for pipe sized up to 3”. For
pipe sizes 4” and above, use appropriate sized brush, swab or roller applicator.
b.
Solvent Cement: Solvent cement shall be heavy duty Industrial 724 CPVC for all
schedules and items of CPVC and PVC pipe and fittings up to 12” with interference
fit.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 5
PIPEWORK
11/30/2011
Primer Applicator: Dauber supplied in the container for pipe sized up to 3”. For
pipe sizes 4” and above, use appropriate sized brush, swab or roller applicator.
2.03 PIPE HANGARS
A. GENERAL
The Contractor shall provide pipe hangars and supports to adequately support the
piping as shown on the Plans.
B. UNISTRUT
1.
General: Strut shall be 1-5/8 inches wide in varying heights and welded combinations
as required to meet load capacities and designs indicated on the drawings.
2.
Materials and Finish: All strut, fittings and hardware shall be made of AISI Type 316
stainless steel.
3.
Manufacturer: Subject to compliance with these specifications, strut systems to be
installed shall be as manufactured by Cooper B-Line, Tyco Unistrut, or engineer
approved equal.
2.04 PIPE COUPLINGS
A. GENERAL
The Contractor shall furnish and install the proper connecting pieces or transition sleeves in
every case where it may become necessary to join pipes of different diameters, materials or
types of joint. The connection between flanged pipelines and bell-and-spigot pipe shall be
made with a standard connecting piece. The Contractor shall provide proper anchorage of the
pipe to prevent pulling apart from pumping pressures or from expansion. All bolts, nuts and
washers for all pipe couplings and flexible joint restraints shall be Type 316 stainless steel.
Coupling gaskets shall be Rockwell Grade 60, Dresser Grade 42, or equal. All sleeves shall
be fusion epoxy coated and lined.
B. FLEXIBLE JOINT RESTRAINTS
All flexible couplings and flanged adapters shall be provided with Type 316 stainless steel
anchor studs or joint harness bolts and lugs to prevent joint separation, as approved by the
Engineer. Restraints shall be designed for 2 times the maximum working pressure of the applicable service.
2.05 VALVES
A. GENERAL
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 6
PIPEWORK
11/30/2011
The Contractor shall furnish and install all valves and appurtenances on the pipelines of the
sewage pumping works constructed under this contract. The actual position of each valve shall
be as shown on the plans or as required for the proper functioning of each section of pipeline
concerned.
B. VALVE SCHEDULE
Valve designations, class, type, material and manufacturer’s catalog numbers are shown
in the Schedule of Valves at the end of this section.
C. ACCESSORIES
Provide all accessories as listed in the Schedule of Valves as well as all necessary
accessories for proper functioning including rollers, etc.
D. BALL VALVES
Thermoplastic ball valves shall be CPVC, TRU-Union, PTFE seal and packing, lever
operated, screwed ends, 230 psi, Asahi/America Type 21/21A Thermoplastic Ball Valve (1/2”
to 6”) Series or equal.
E. IRON BODY SWING CHECK VALVES
Check valves shall be designed for working pressures of 200 pounds Cold W.O.G., non-shock
and shall conform to the following Standard Specifications, latest edition:
A.S.A. B-16.10 Section applying to 125 lb. Cast Iron Swing Check Valves.
A.S.A. B-16.1 Cast Iron Pipe Flanges & Flanged Fittings, Class 125.
A.P.I. Standard No. 6-D, for 175 lb. Pipe Line Swing Check Valves.
MATERIALS. Hinge pins shall be stainless steel. Metal discs shall be prevented from
sticking or wedging in open positions by stops. Discs shall be mounted allowing free
movement of the disc to rotate assuring uniform seat wear. Disc ring shall be Buna N. Swing
check valves 4" or larger shall be provided with external lever and spring for balancing the
gate appropriately to operating conditions. Provides packing gland at the hinge pin intersect
with the body. Check valves shall be factory coated.
LAYING LENGTH. Flanged swing check valves shall conform to the following laying
lengths to provide interchangeability with the District standard: 12" size =27.5" length
The named check valves provided under this section shall be Milliken in order to achieve
standardization within the District.
F. PLUG VALVES
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 7
PIPEWORK
11/30/2011
TYPE AND MANUFACTURE. Plug valves shall be non-lubricated eccentric plug valves.
The named plug valves provided under this section shall be Milliken in order to achieve
standardization within the District.
SOURCE QUALITY CONTROL. Plug valves shall be shop tested in accordance with
AWWA C504, Section 5 as follows:
Inspection: Section 5.1
Performance Tests: Section 5.2
Leakage Tests: Section 5.3
Hydrostatic Tests: Section 5.4
Proof-of-Design Tests: Section 5.5
Include with submittal package certified copies of the Proof-of-Design test reports based on
Class 125 (150 psi) construction.
MATERIALS. Plug valves shall be constructed out of the following materials:
Body: Cast Iron, ASTM A-126 Class B
Plug: Ductile Iron, ASTM A536
Plug facing: Buna-N
Stem seal: TFE
Upper thrust bearing: TFE
Body seat: Nickel, welded overlay
Upper and lower trunion bearings: Sleeve type, 18-8 stainless steel or bronze
DESIGN. Design of the valve components shall conform to the following standards:
Valve packing: AWWA C504, Section 3.7 and C507, Section 10.
Valve seats: AWWA C504, Section 3.5 and C507 paragraph 7.2.
Bearings: AWWA C504 Section 3.6 and C507 paragraphs 8.1, 8.2 and 8.5.
FABRICATION AND MANUFACTURE. Valve port shall have 100% area full flow design.
The valve shall provide a tight shut-off at rated pressure from either direction. The valve ends
shall match connecting piping. The working pressure of all plug valves shall be 150 psig.
The opening motion shall be eccentric, lifting the plug away from body seat. The valve shall
be provided with fully adjustable plug position stops and the valve bonnet stuffing box shall be
sufficiently deep for four (4) packing rings. The stuffing box and packing gland shall be
designed to allow adjustment or replacement of packing without disassembly of valve or
operator. The valve body shall be plainly marked to indicate seat end and the actual length
shall be within 1/16" of specified or theoretical length.
OPERATORS. Provide operators for all valves. Valve rotation shall be counterclockwise (to
the left) to open and the word "OPEN" and an arrow indicating the direction to open shall be
cast on each valve body or operator.
Lever operators shall have a maximum pull of 80 lb and shall be capable of withstanding a 200
lb. pull without damage. Wrench nuts shall conform to AWWA C500, Section 19 and shall
be capable of withstanding a 300 ft.-lb. torque without damage.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 8
PIPEWORK
11/30/2011
2.09. SCHEDULE OF VALVES
TYPE
BALL
CLASS
TYPE AND MATERIAL
ENDS
250 psi Thermoplastic Ball Valve, TFE
Threaded
Seat, Lever Operated, 2 piece
PLUG 125 psi Semi Steel, Hycar Plug Facing,
Flanged
TFE Seal
CHECK 125 psi I.B. Swing Check, Metal Seat, Br. Flanged
Trim, S.S. Hinge Pin, Outside
Lever & Spring
OR
MANUFACTURER EQUAL
Asahi 21
NO
Milliken, Millcentric
Fig. 601
Milliken CCNE
8000 series
NO
NO
* Valves installed underground shall be suitable for buried service.
2.10
PROTECTIVE COATINGS
All metal valves, fittings, couplings, bolts and nuts buried underground shall be protected from
corrosion by applying a primer Polyken 927, or Tapecoat color primer or equal and wrapping
with polyethylene tape Polyken 930, or Tapecoat CT or equal. Exposed metal fittings, valves,
etc. in manholes or valve boxes shall be coated with two (2) coatings Tapecoat Mastic of
Koppers Bitumastic No. 505, or equal. Surfaces shall be thoroughly cleaned before
application. All coatings shall be applied in strict conformance with instructions of the manufacturer.
2.11 WALL PENETRATION CLOSURES
A. GENERAL
Pipe to wall penetration closures shall be "Link-Seal" as manufactured by Thunderline
Corporation, Belleville, MI,“Pipe Linx” as manufactured by Calpico Inc. of San Mateo, CA or
equal. Seals shall be modular mechanical type, consisting of interlocking synthetic rubber links
shaped to continuously fill the annular space between the pipe and wall opening. Links shall be
loosely assembled with bolts to form a continuous rubber belt around the pipe with a pressure
plate under each bolt head and nut. After the seal assembly is positioned in the sleeve,
tightening of the bolts shall cause the rubber sealing elements to expand and provide an
absolutely watertight seal between the pipe and wall opening. The seal shall be constructed so
as to provide electrical insulation between the pipe and wall, thus reducing chances of cathodic
reaction between these two members.
B. WALL OPENING
The Contractor shall determine the required inside diameter of each individual wall opening or
sleeve before ordering, fabricating or installing. The inside diameter of each wall opening shall
be sized as recommended by the manufacturer to fit the pipe and Link-Seal to assure a
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 9
PIPEWORK
11/30/2011
watertight joint. Sizing (correct Link-Seal model and number of links per seal) may be
obtained through the manufacturer's catalog. If pipe OD is non-standard due to coating,
insulation, etc., consult Thunderline's factory for engineering assistance and recommendation
before proceeding with wall opening detail.
C. INSTALLATION
The Contractor shall familiarize his/her installing personnel with the instruction bulletin which
illustrates the proper procedure for installing and tightening the seal to provide a watertight
pipe penetration.
D. GROUT
The outside and inside of the wall penetration shall be filled with non-shrink, non-metallic
grout.
2.12 FLANGE INSULATION KITS
A. SCOPE
Flange insulation kits shall consist of full-faced gaskets, insulating sleeves and washers (2 per
bolt) and steel washers.
B. GASKETS
Gaskets shall conform to ANSI B16.31. Neoprene-faced phenolic material for operation at up
to +175 degrees F, rated for use in the product contained in the pipe.
C. INSULATING WASHERS
Two sets 1/8-inch thick laminated, high-strength Phenolic for operation at up to +300 degrees
F. Insulating washers shall fit within the bolt facing on the flange and over the outside
diameter of the sleeves. Dielectric strength shall be 500 volts/mil.
D. INSULATING SLEEVES
Spiral wound full-strength Mylar with dielectric strength of 4000 volts/mil, for operation at up
to +300 degrees F.
E. INSTALLATION
Install flange insulation kits at the locations shown on the Project Drawings. After placing the
gasket in between the flange, the sleeves and washers shall be installed in a manner as shown
on the Detail Drawings attached to these Specifications. Tighten the bolts in the order shown in
the Detail Drawings or in the manufacturer’s instructions. Care must be taken to avoid overtightening and cracking the insulating gaskets, sleeves and washers.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 10
PIPEWORK
11/30/2011
PART 3 - EXECUTION
3.01 EXCAVATING, TRENCHING AND BACKFILLING
Excavation, trenching and backfilling shall be in accordance with the requirements of Section
02200.
3.02 HANDLING PIPE AND FITTINGS
A. Proper tools, implements and facilities satisfactory to the Engineer shall be provided and used
by the Contractor for the safe and convenient prosecution of the work. During loading,
transportation and unloading, Contractors shall take every precaution to prevent injury to any
and all pipe.
B. No pipe shall be dropped from cars or trucks nor allowed to roll down skids without proper
restraining ropes. Each section of pipe shall be delivered in the field as near as practicable to
the place where it is to be installed, and all bells shall be faced in the proper direction for
laying. Pipe shall be distributed along the trench opposite the spoil bank within easy reach of
the workers installing the pipe in the trench.
C. Pipe shall not be rolled nor dragged on the ground. Where pipe is placed in stockpiles, it shall
be neatly piled and blocked with strips between tiers and with all bells facing in the same
direction. Any pipe which may have been damaged in transportation or handling shall either be
repaired by the Contractor before installation to the satisfaction of the Engineer or shall be
permanently removed from the job site.
D. The site where the pipe is heat fused into longer length shall be graded level or with a uniform
slope and shall be free of sharp rocks and other debris that could cut or gouge the pipe. Rollers
shall be provided where the pipe must be dragged over rough ground to eliminate abrasion.
For fusion welding during wet or stormy weather, shelters shall be provided by the Contractor.
3.03 PIPELINE ALIGNMENT AND GRADE
All pipelines shall be laid true to line and grade. Pipe alignment shall reasonably conform to
that shown on the plans, and in no event shall joint deflections exceed the pipe manufacturer's
recommendations.
3.04 INSTALLATION OF PIPELINES
A. GENERAL
1.
The Contractor shall install all pipelines and appurtenances in the position and to the lines,
elevations and grades shown on the plans. All pipework shall be installed in a competent
manner with all pipe runs truly parallel with vertical and horizontal axes.
2.
Wherever a pipeline of any material terminates or extends at or through a structural wall
or sump, the Contractor shall install, in advance of pouring concrete, the fitting or special
casting required for the particular installation. Particular care shall be taken to secure full
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 11
PIPEWORK
11/30/2011
support of the pipe within the earth beyond the joint. A flexible type coupling or fitting
shall be installed on all pipelines connecting to concrete structures to prevent shearing of
the pipe due to settlement of earth surrounding the structure.
3.
4.
In the case of pipelines lying generally within structures, or extending from structure to
structure, the Contractor shall, insofar as practicable, assemble such lines in advance of
pouring concrete so that those sections passing through concrete walls may be cast monolithically in place.
Wherever any run of pipe is installed subsequent to pouring of concrete, the Contractor
shall accurately position cored openings in the concrete for such pipelines. Openings shall
be of sufficient additional diameter or size to permit a perfect final alignment of pipelines
and fittings without any deflection of any part, and to allow adequate space for satisfactory
caulking, where the pipe passes through the wall, to insure watertightness around openings
so formed. The boxes or cores shall be provided with continuous keyways, subsequently
to hold the caulking in place against any movement of the pipe due to expansion or contraction. Cored openings shall be sealed with a quick setting non-metallic hydraulic
cement. The cement shall be "Waterplug," as manufactured by Standard Dry Wall
Products, Inc, Euclid Speed Plug, or equivalent. The cored opening shall be completely
watertight.
5.
Wherever pipelines extend through structural walls or through successive walls, or
through floor or roof slab and adjacent wall, the Contractor shall provide a sufficient
number of flanged joints, victaulic couplings or unions to permit the dismounting of
sections of pipeline within the structure, without disturbing adjacent lines or portions
within the concrete.
6.
Where pipelines pass through openings in floors, the opening shall be formed with a
section of asbestos cement pipe projecting one and one-half inches (1 1/2") above the
floor and of a diameter to allow a minimum of one inch (1") clearance around the pipe.
7.
All pipe shall be carefully installed to the proper lines and grades, and where possible,
shall be sloped to permit complete drainage. Unless otherwise shown on the plans, all
pipe and conduits shall be placed not less than 24" below finished grade. All pipelines
shall be rigidly supported by approved hangers, brackets, rod ties, thrust blocks or other
devices. Screwed joints shall be made with full threads using joint compounds as herein
specified. All cut ends shall be reamed to full bore before assembly.
8.
In erecting the pipe, a sufficient number of unions or flanged joints shall be used to allow
any section or run of pipe to be disconnected without taking down adjacent runs. Screwed
or compression unions may be employed on pipe lines two and one-half inches (2 1/2") in
diameter and under. Flanged joints or victaulic couplings shall be employed on pipelines
three inches (3") in diameter and over.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 12
PIPEWORK
11/30/2011
B. FLANGED JOINTS
1.
Flanged joint cast iron pipe shall be made up by threading plain end pipe, screwing the
flanges on, and machine-tightening until the pipe end protrudes past the face of the flange.
The pipe end and flange shall then be faced giving a flush surface across the end of the
pipe and the face of the flange. When the flanges are screwed on the pipe, a sealer shall
be applied to the threaded section and completely fill the space under the skirt of the
flange.
2.
After facing flanges, an inspection limit of 1/16-inch will be allowed on all contact surface
dimensions of full length or short length flanged pipe in sizes up to and including ten inches (10"), and plus or minus 1/8-inch on sizes larger than ten inches (10"). Screwed-on
flanged pipe spools shall be made up in the shop or point of manufacture and shall not be
threaded and flanged in the field.
3.
Flanged joints shall be made up square, with even pressure on the gaskets, and shall be
watertight. Gaskets shall be best quality composition one-sixteenth inch (1/16") thick. All
gaskets shall be the full width of the face of the flanges to which they are applied.
4.
Bolts and nuts shall be made of the best quality of refined iron or mild steel and shall have
sound, well-fitting threads. Bolts shall be provided with hexagonal chamfered heads and
nuts. The underside of all bolt heads and nuts shall have true surfaces at right angles to
the axis of the bolts. The lengths of the bolts shall be such that after joints are made up,
the bolts shall protrude through the nuts, but in no case shall they protrude more than one
and one-half (12) threads. An anti-seizure compound, Jet-lube, TFW Teflon, or equal,
shall be used on all bolt threads.
C. CUTTING PIPE
The Contractor shall perform all work of cutting pipe and special castings necessary to the
assembly, erection and completion of the work. All pipe shall be cut to fit accurately with
smooth ends and faces. The Contractor shall be responsible for the correctness of cutting and
shall stand the loss for any materials which are damaged or incorrectly cut.
3.05 PRESERVATION AND CLEANING UP
The Contractor shall properly preserve and clean the work as it progresses. At regular
intervals, or as directed, rubbish and debris shall be collected and removed by the Contractor.
Upon the completion of the work, the Contractor shall clean up the whole work, and all falsework, equipment, tools, rubbish and other temporary material shall be removed from the site,
which shall be left in a clean condition acceptable to the Engineer.
3.06 CLEANING
Prior to testing, the inside of each completed piping system shall be thoroughly cleaned of all
dirt, loose scale, sand and other foreign material. Cleaning shall be by sweeping, flushing with
water or blowing with compressed air, as appropriate for the size and type of pipe. The
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 13
PIPEWORK
11/30/2011
Contractor shall install temporary strainers, temporarily disconnect equipment, or take other
appropriate measures to protect equipment while cleaning piping
3.07 TESTING PIPE SYSTEMS
A. GENERAL
1. The work of installing pipelines and appurtenances shall be of such a character as
to leave all pipes and connections watertight. As soon as practical after any
section of pipeline has been completed or when directed by the Engineer, a
hydrostatic test shall be placed on that section of pipe to determine water-tightness.
2. The work connected with the making of these tests shall be under the direction and
supervision of the Engineer. The Contractor shall furnish all the necessary labor,
equipment and material, including pressure gauges, valves, pipe plugs, blind
flanges and blocking or restraining tie rods to make the tests and to perform any
work required thereby.
3. The Contractor shall take all necessary precautions to prevent any joints from
drawing while the pipelines and their appurtenances are being tested, and he/she
will, at his/her own expense, repair any damage to the pipes and their
appurtenances, or of any other structures, resulting from or caused by these tests.
4. The Contractor shall take up all loose joints and shall permanently stop all leaks.
All pipe or joints which prove defective shall be replaced, and the lines on which
such defects occur shall be tested again to determine the final acceptability of the
installation. Pipelines in trenches shall not be backfilled until they have been
tested, as specified herein, and found satisfactory.
5. The hydrostatic pressure shall be maintained within 5 psi of the specified pressure
for a duration shown. If the Contractor is unable to hold the pressure within these
limits, the section being tested will be considered defective. The Contractor shall
determine the cause of failure and make necessary repairs. The test shall be
repeated until satisfactory to the Engineer.
6. New pipelines to be connected to existing lines or lines which are designed for a
lesser test pressure shall be blocked off and tested prior to making the tie-in to the
existing pipeline. The field connection necessary for making the closure shall be
made in the presence of the Inspector and shall be left uncovered until inspected
under working pressure conditions.
B. TESTING
Tests shall be conducted in conformance with the current edition of the Uniform Plumbing
Code, with the following additional requirements:
Test Requirements
Class of Service Pressure
Test
Pressure
Length
of Test
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 14
Allowable
Leakage
PIPEWORK
11/30/2011
Pressure, Pumping Lines
Gravity Drains
100 psi
by inspection
20 min
20 min
None
3.07 ABANDONING PIPELINES
All pipelines shown on the plans to be abandoned shall be plugged at both ends with concrete.
The plugs in pipelines to be abandoned which were formerly connected to a sanitary sewer
shall be watertight.
3.08 PRESERVATION AND CLEANING UP
The Contractor shall properly preserve and clean the work as it progresses. At regular
intervals, or as directed, rubbish and debris shall be collected and removed by the Contractor.
Upon the completion of the work, the Contractor shall clean up the whole work, and all falsework, equipment, tools, rubbish and other temporary material shall be removed from the site,
which shall be left in a clean condition acceptable to the Engineer.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.15050.doc
15050 - 15
PIPEWORK
11/30/2011
SECTION 15800
LOUVERS AND VENTILATION EQUIPMENT
PART 1 - GENERAL
1.01 DESCRIPTION
A. SCOPE OF WORK
The Contractor shall furnish and install wall louvers and ventilators as shown on the Plans
and as specified herein.
B. WORK INCLUDED IN THIS SECTION
The Contractor shall furnish and install the following ventilation items as more particularly
described below.
2.01
Fixed Wall Louver
1.02 QUALITY ASSURANCE
The Contractor shall comply with details and standards in the “Architectural Sheet Metal
Manual,” published by Sheet Metal and Air Conditioning Contractors National Association
(SMACNA).
All fans shall bear the AMCA Certified Ratings Seal for air performance.
1.03 SUBMITTALS
Detailed shop drawings and product literature describing items proposed for use shall be
submitted to the Engineer.
1.04 PAYMENT
Payment for louvers and ventilation equipment shall be included in the bid price for
construction work and no additional compensation will be allowed.
PART 2 - PRODUCTS
2.01 FIXED WALL LOUVER
The Contractor shall furnish and install a fixed wall louver in the location shown on the
plans. The louver and frame shall be Type 316 stainless steel, all weather type, fixed.
Frame and blades of stationary louver shall be 12 gauge, on 30° slope at 2-5/8” centers.
The louver shall be assembled by welding and shall be equipped with a removable stainless
steel bird and insect screen neatly and securely fastened in a suitable stainless steel frame.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT LOUVERS & VENT EQUIPMENT
7970.15800.doc
15800 - 1
11/30/2011
The Contractor shall install the louver straight and plumb and caulk around louver frame
on exterior for a finished, neat installation.
PART 3 – EXECUTION
3.01 GENERAL
All unfinished parts of the materials and equipment shall be fully protected against damage
from whatever cause during the progress of the work and until final completion. All
materials and equipment shall be covered while in storage and during construction in such
manner that no finished surfaces shall be damaged or marred and all moving parts shall be
kept perfectly clean and dry.
Installation shall be in strict accordance with the best practice of the several trades and with
the respective manufacturer’s instructions and recommendations. Installation shall include
furnishing the required oil and grease for initial operation in accordance with the
manufacturer’s instructions.
3.02 LOUVER INSTALLATION
Louvers shall be installed as shown on the plans and as shown in Plates 102B and 104A of
the SMACNA Architectural Sheet Metal Manual.
Bird screens and insect screens shall be provided on the exterior side of all louvers unless
otherwise noted. Stainless steel screws shall be used throughout.
Sill flashing shall be installed as shown and as required to provide a watertight installation.
A sheet metal drip shall be installed at head of all louvers. Sealant shall be applied all
around frame, inside and outside.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT LOUVERS & VENT EQUIPMENT
7970.15800.doc
15800 - 2
11/30/2011
SECTION 16010
BASIC ELECTRICAL REQUIREMENTS
PART 1 - GENERAL
1.01
SECTION INCLUDES
A. Basic Electrical Requirements applicable to Division 16 Sections, in addition to
Division 1 - General Requirements.
B. Provide all labor, materials, equipment, services and temporary facilities to complete the
work as indicated and specified. Provide all other work and miscellaneous items, not
specifically mentioned but reasonably inferred for complete operable systems.
C. This Section applies to all Work of Division 16.
1.02
WORK SEQUENCE
A. Coordinate and install work in phases to accommodate Owner’s requirements.
B. Coordinate related work and modify surrounding work as required.
C. Do not conceal work until after inspection and approval by the Owner. If work is
concealed prior to inspection, open work and restore concealed area to original condition
after work is approved.
D. Maintain existing facilities in operation. Coordinate all potential disruptions of existing
operations with District. Provide temporary power and controls as required.
1.03
REFERENCES
Standards of the following organizations may be referenced in the specification. Unless
noted otherwise, references are to standards or codes current at the time of bidding.
Comply with all applicable standards or codes.
A. Association of Edison Illuminating Companies (AEIC).
B. American National Standards Institute (ANSI).
C. American Society for Testing and Materials (ASTM).
D. Institute of Electrical and Electronics Engineers (IEEE).
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT BASIC ELECTRICAL REQUIREMENTS
7970.16010.CE.doc
16010-1
11/30/2011
E. Insulated Cable Engineers Associated (IECA).
F. Joint Industrial Council (JIC).
G. NFPA 70 - National Electrical Code (NEC) - 1996 Edition.
H. National Electrical Contractors Association (NECA) "Standard of Installation".
I.
National Electrical Manufacturers Association (NEMA).
J.
National Electrical Safety Code (NESC).
K. National Fire Protection Association (NFPA).
L. Underwriter's Laboratories (UL).
1.04
SUBMITTALS
A. Submit (7) copies of specified information under provisions of Section 01600.
B. Submit shop drawings and product data grouped to include complete submittals of related
systems, products, and accessories.
C. Submit complete shop drawings for review for all power distribution, instrumentation and
control equipment. As a minimum, shop drawings shall include bill of materials, front
views, assembly drawings, elementary diagrams and connection diagrams. Show overall
dimensions and minimum clearance dimensions. Diagrams for control equipment shall
conform to JIC.
D. Mark dimensions and values in units to match those specified.
E. Manufacturer's Instructions: Indicate application conditions and limitations of use
stipulated by manufacturer. Include instructions for storage, handling, protection,
examination, preparation and installation of product.
1.05
LIST OF MATERIALS AND SUBSTITUTIONS
A. When specific trade names, without catalog numbers are used in specifying materials and
equipment, or where “or equal is indicated”, they are used as a standard of quality, design,
size and appearance. All material supplied shall conform to the standards so set. Any
substitutions from the materials specified may be made only with the written approval of
the Engineer prior to the bid. Decisions of the Engineer shall govern as to what material is
equal to the named, but burden of proof as to equality of the proposed material shall be
upon the contractor. If any tests are necessary to determine the equality of the proposed
material, such tests shall be made at the expense of the Contractor by an unbiased
laboratory satisfactory to the Engineer.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT BASIC ELECTRICAL REQUIREMENTS
7970.16010.CE.doc
16010-2
11/30/2011
B. Where specific trade names, with catalog numbers, are used in specifying materials and
equipment, then Contractor may not make any substitution of materials and equipment
except for minor variations to accommodate detailed design and physical arrangement.
C. Within thirty (30) days of the award of the contract, the Contractor shall submit five (7)
copies of a complete list of materials to be used on the project, specifying the
manufacturer, grade, trade name, and catalog number, whether such equipment is as
specified or is an approved equal for review and approval by the Owner.
D. No work involving electrical material may proceed before receipt of written approval by
the District. All no-approved material or equipment installed shall be replaced with
approved material or equipment at no cost to Owner.
1.06
PROJECT/SITE CONDITIONS
A. Visit site before submitting bid and check conditions. Verify locations shown on
Drawings, and become familiar with all local conditions and requirements.
1.07
LICENSES, FEES AND PERMITS
A. Arrange and pay for all inspections, licenses, bonds, taxes, permits and inspection fees.
1.08
REGULATORY REQUIREMENTS
A. Comply with NEC for all work.
B.
All work and material shall be in full accordance with the latest rules of the UL, National
Electric Code (NEC), all local and State ordinances, the State of California Administrative
Code, Title 24, Electrical Safety Orders, Title 8, Regulations of the State Fire Marshall,
and with all prevailing rules and regulations pertaining to adequate protection and/or
guarding of any moving parts or otherwise hazardous locations.
C. Nothing in these plans or specifications is to be constructed to permit work not
conforming to the applicable codes, rules or, ordinances.
1.09
COORDINATION
A. Perform Work in cooperation with all other trades in order to secure the best arrangement
of the Work. Make no changes in the Work without the written approval of the District.
B. Ascertain from suppliers furnishing electrically operated or driven equipment, the exact
size and type of such equipment, the exact locations of such equipment and the proper
point where electrical connections should be made. The locations shown on the Drawings
are diagrammatic only and responsibility for correct locations shall be placed on
Contractor. Examine all other Contract Documents for information concerning equipment,
motors and control apparatus, and diagrams.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT BASIC ELECTRICAL REQUIREMENTS
7970.16010.CE.doc
16010-3
11/30/2011
C. Drawings are diagrammatic and do not attempt to show full details for connections to
auxiliary equipment. Consult all equipment vendors in preparation of bid and provide
interconnecting conduit and wire and install control panels and control devices, etc., in
accordance with vendor's Drawings.
D. Consult the plans in regard to civil, structural, mechanical, and equipment requirements in
consideration of the electrical installation in order that all details of the installation shall be
in proper relation and satisfy the intent of the plans and specifications.
1.10
RECORD DRAWINGS
A. Maintain a separate set of record drawings continually as the project progresses.
Deviations from the drawings shall be "red-lined" on this record set.
B. During the course of construction, identify actual locations to scale, for main runs of
electrical work. Do not permanently conceal work until the required information has been
recorded. Show deviations from Drawings in detail.
C. Furnish additional Drawings where Contract Drawings are not of sufficient scale, size or
detail to describe deviations.
D. In addition, accumulate during the job's progress, the following data, in duplicate,
prepared in a neat brochure or packet folder and turned over to the Owner at completion of
project.
1.11
1.
All warranties and guarantees and manufacturer's directions on equipment and
material covered by the Contract.
2.
Approved fixture brochures, wiring diagrams and control diagrams.
3.
Copies of approved shop drawings.
4.
All other data and drawings required during construction.
5.
Repair parts lists of all major items and equipment including name, address and
telephone number of local supplier or representative.
6.
List of all fuses, lamps and other expendable equipment and devices with size,
type, ordering description and name and address of Vendor.
GUARANTEE
A. Provide one-year guarantee in accordance with Agreement. Replace or repair all defective
work, material or equipment including repair or replacement of other work, furnishings,
finishes, equipment and facilities caused by such repair or replacement.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT BASIC ELECTRICAL REQUIREMENTS
7970.16010.CE.doc
16010-4
11/30/2011
B. Contractor shall coordinate manufacturer's warranty service for all materials supplied by
the Contractor.
1.12
OPERATION PRIOR TO COMPLETION
A. When mechanical or electrical equipment is operable and it is to the advantage of the
Contractor or Owner to operate the equipment, he may do so providing that he properly
supervises the operation. The warranty period shall, however, not commence until the
date of substantial completion.
B. Regardless of whether or not the equipment has or has not been operated, the Contractor
shall properly clean and adjust the equipment, and complete all punch list items before
final acceptance by the Owner.
1.13
SPACE AND EQUIPMENT ARRANGEMENT
A. The size of equipment and locations shown on the Drawings are based on the dimensions
of a particular manufacturer (generally the first named). While other manufacturers may
be acceptable it is the responsibility of Contractor to determine if the equipment he
proposes to furnish will fit the space. Prepare Shop drawings, when required by the
District, to indicate a suitable arrangement of all equipment.
1.14
DRAWINGS
A. Drawings are diagrammatic and indicate the general arrangement of equipment and wiring.
Most direct routing of conduits and wiring is not assured. Exact requirements shall be
governed by architectural, structural and mechanical conditions of the job. Consult all
other drawings in preparation of the bid. Extra lengths of wiring, addition of pull or
junction boxes, etc., necessitated by such conditions shall be included in the bid. Check all
information and report all apparent discrepancies before submitting bid.
B. Owner reserves by the owner to make changes up to ten feet in location from that shown
on the Drawings of any outlet or equipment prior to roughing-in without increasing
contract cost.
1.15
OPERATING AND MAINTENANCE MANUALS
A. Provide (5) copies of Owner’s Operating and Maintenance Manual containing operations
and maintenance instructions as required by individual Sections as follows:
1.
Assemble in heavy-duty 3-ring binders complete with index and dividers.
2.
List of all vendors and subcontractors with address, telephone number and name of
contact person.
3.
Manufacturer's lists of recommended spare parts with cost, and source information.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT BASIC ELECTRICAL REQUIREMENTS
7970.16010.CE.doc
16010-5
11/30/2011
1.16
4.
Clearly identify applicable data.
5.
Submit (5) copies for approval.
6.
Copies of all equipment submittals.
7.
Copies of Vendor as-built drawings.
8.
Installation, connection, operating, troubleshooting, and maintenance instructions
from all manufacturers.
9.
Provide (5) CD’s containing pdf or WORD files for all submitted data sheets and
other documentation in Owner’s manual. Include electronic copies of all vendor
furnished as-built drawings (AutoCAD 2011).
QUALITY ASSURANCE
A. All materials and equipment shall be listed by and shall bear the label of UL.
B. Install and use UL listed materials and equipment only in a manner for which they are
approved and listed.
C. Comply with manufacturers’ instructions and recommendations for all equipment,
materials, devices and tools.
1.17
PRODUCT DELIVERY AND STORAGE
A. Deliver materials and equipment to the site in original unbroken containers.
B. Store materials in a clean, dry area protected against the elements.
C. Replace damaged materials at no cost to District.
PART 2 - PRODUCTS
2.01
MATERIALS
A. Provide materials, including auxiliary equipment, unless otherwise noted.
B. Materials shall be new and of the quality specified. Materials shall be free from defects at
the time of installation. Materials or equipment damaged in shipment or otherwise
damaged prior to installation shall not be repaired at the job site, but shall be replaced with
new material.
C. When a manufacturer's name appears in these Specifications, it is not to be construed that
the manufacturer does not have to meet the full requirements of the Specifications or that
his standard catalogued item will be acceptable.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT BASIC ELECTRICAL REQUIREMENTS
7970.16010.CE.doc
16010-6
11/30/2011
D. All equipment installed on this Project shall have local representation; local factory
authorized service, and a local stock of repair parts, unless the Owner approves exception.
E. Manufacturer for each type of material shall be the same throughout the project.
F. Materials shall bear the Underwriters Laboratory label where such is available for the class
of material, and shall comply with the latest applicable NEMA, ANSI, IEEE, and
applicable standards.
G. All materials and equipment delivered to the job shall be new and packed in their original
sealed containers. Materials and equipment not otherwise specified shall match those
specified.
PART 3 - EXECUTION
3.01
GENERAL
A. Prior to all Work of this Section, carefully inspect the installed work of other trades and
verify that all such work is complete to the point where this installation may commence.
Verify that the completed installation will conform to all pertinent codes and regulations,
the original design and the referenced standards. In the event of discrepancy, notify the
Owner immediately and proceed as directed.
B. Comply with NECA Standards of Workmanship.
3.02
PHASE ROTATION
A. Maintain existing phase rotation.
B. For switchgear, motor control centers, panelboards and other distribution and motor
control equipment, connect phase conductors to terminals in the order A-B-C from left to
right, facing circuit breakers, motor starters, or panelboards.
3.03
INSTALLATION INSTRUCTIONS
A. Follow the manufacturers' published directions in the delivery, storage, protection,
installation, connection, and wiring of all equipment and material, except where conflicting
with Drawings and Specifications.
B. Material and equipment shall be installed and used only in a manner for which it is
approved and manufactured.
3.04
ANCHOR BOLTS
A. Provide anchor bolts for all equipment placed on concrete pads, slabs and floors. Anchor
bolts shall be the size and number recommended by the equipment manufacturer to meet
specified forces and shall be located by means of templates.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT BASIC ELECTRICAL REQUIREMENTS
7970.16010.CE.doc
16010-7
11/30/2011
B. All electrical equipment shall be anchored to withstand a lateral force of 0.6 times the
weight of the equipment unless specified otherwise.
3.05
PROTECTION OF EQUIPMENT
A. Protect equipment and facilities from damage. This shall include the creation of temporary
shelters to protect all apparatus in the building with tarpaulins or other protective covering.
Apparatus shall be cribbed up from the floor or ground by Contractor and covered with
tarpaulins or other protective covering where necessary or directed. Damage resulting
from failure to comply with this requirement will be considered justification for rejection
of the damaged apparatus and its complete replacement by Contractor.
3.06
LARGE EQUIPMENT
A. Large pieces of equipment, which will be installed in the building, and which are too large
to permit access through doorways, stairways, or shafts shall be brought to the job by
Contractor and placed in the spaces before the enclosing structure is completed.
3.07
FINISH
A. Structures affected by the installation of electrical systems shall be repaired; grouted,
refinished and touch-up paint shall be applied as necessary to make the facility like new.
B. Protect all metallic structures against corrosion. Give equipment a rust-inhibiting
treatment and the standard finish by the manufacturer, unless otherwise specified.
C. Do not use aluminum in contact with earth and, where connected to dissimilar metal,
protect with suitable fittings and treatment.
D. All ferrous fittings, such as hardware, anchors, bolts, rods, nuts, and miscellaneous parts,
shall be 316L stainless steel outdoors and indoors.
3.08
CUTTING, PATCHING, AND DAMAGE
A. Protect existing facilities against damage.
B. Coordinate all necessary cutting and patching of walls, floors, partitions, ceilings, etc. as
required for the proper installation of Work under this Division. No cutting of structural
members will be permitted without the written permission of the Owner.
C. All work or equipment damaged during the progress of construction or testing shall be
replaced with like material by a tradesman skilled in its installation to match original
installation, free of charge to the Owner.
3.09
FINAL TEST, APPROVAL AND ADJUSTMENT
A. Schedule all testing and coordinate with the Owner. When tests show defective condition,
correct the defect and repeat the test until accepted.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT BASIC ELECTRICAL REQUIREMENTS
7970.16010.CE.doc
16010-8
11/30/2011
B. Contractor shall inspect entire project, assuring himself that the Work on the Project is
ready for final acceptance, before calling upon the Owner to make a final inspection.
C. In order to not delay final acceptance of the Work, Contractor shall have all necessary
bonds, guarantees, receipts, affidavits, etc., called for in the various articles of this
Specification, prepared and signed in advance, and together with a letter of transmittal,
listing each paper included, and shall deliver the same to the Owner at or before the time
of said final inspection. Contractor shall check each bond, receipt, etc., before preparing
it for submission, to assure conformance with the requirements of the Specifications.
D. The final inspection will be made jointly by the Contractor and the District and his
representative.
E. Make complete test and inspection records and incorporate into a report for each piece of
equipment tested. Record all readings taken. Provide a signed copy of test reports to the
Owner.
F. Notify the owner at least 48 hours prior to test; establishing the time test is to be
performed.
G. Furnish necessary meters, instruments, temporary wiring, and labor to perform all
required tests and adjustments of equipment and wiring installed and/or connected under
the Section, including electrical equipment furnished by others, to determine proper
polarity, phasing, freedom from grounds and shorts and operation of equipment, meters
and relays.
H. All materials and manner of installation shall be in accordance with the applicable
requirements of state and local authorities, the utility company and the NEC. The
installation must pass all inspections and will be subject to the approval of the Owner.
Provide proper facilities for access and for inspection.
3.10
CLEANUP
A. Upon completion of all the Work of this Section, thoroughly clean the interior and exterior
of all equipment and ducts removing all traces of soil, dust, labels, grease, oil and other
foreign matter. Clean up and remove from the premises all debris and surplus material
caused by this Work.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT BASIC ELECTRICAL REQUIREMENTS
7970.16010.CE.doc
16010-9
11/30/2011
SECTION 16050
BASIC ELECTRICAL WORK
PART 1 - GENERAL
1.01
DESCRIPTION
A. Section includes:
1.
Raceway and Fittings
2.
Wire and cable
3.
Wiring Devices
4.
Panelboards
5.
Safety Switches
6.
Identification
7.
Lighting
8.
Strut Systems
B. Furnish, install and properly connect all power and control circuits as shown.
C. Maintain existing systems in automatic operation during this Work. Provide temporary
power and controls as required.
1.02
RELATED SECTIONS
A. Section 16010 – Basic Electrical Requirements
B. Section 16052 – Electrical
1.03
DRAWINGS AND SPECIFICATIONS
A. The drawings showing electrical layouts and details shall be considered as part of these
specifications, and any work or material shown there but not mentioned in the
specifications, or vice versa, shall be executed the same as if mentioned or shown on both.
B. The work shall be installed as indicated on the plans. However, minor changes to
accommodate the installation of this work with that of others shall be made without
additional cost to Owner.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16050.CE.doc
16050 - 1
BASIC ELECTRICAL WORK
11/30/2011
PART 2 - MATERIALS
2.01
RACEWAY
A. Rigid Metal Conduit: Full weight, mid steel, hot dip galvanized, complying with ANSI
C80.1, bichromate coated inside and outside. Fittings: Locknuts shall be extra heavy-duty
electrogalvanized steel through 2”, electrogalvanized malleable iron larger than 2”. Boxes
shall be cast ferrous alloy.
B. Rigid Nonmetallic Conduit: NEMA TC2, or EPC-80-PVC high impact, PVC with
matching fittings and boxes. Fittings shall be PVC solvent weld.
C. Rigid Stainless Steel Conduit: UL6A, ASTM 312, Cal Pipe T-316, or equal with
matching fittings.
D. Plastic Coated Rigid Conduit: Federal specification WW-C-581E and ANSI C80.1, 40 mil
coating bonded to rigid galvanized conduit, 2 mil blue urethane interior and thread coating,
Ocal-Blue, or equal with matching fittings. Provide jacketed coupling with each length of
conduit.
E. Liquid tight Nonmetallic: Carlon Carflex X-Flex extra flexible non-metallic conduit with
matching non-metallic fittings.
F. Liquid tight Flexible metal Conduit: Securely interlocked, spiral wound galvanized steel
strip with Liquidtight, plastic cover with matching fittings.
G. Explosion proof boxes and seals: NEMA 7, groups C & D listed, cast ferrous alloy, hotdip galvanized. Seals shall be electro-galvanized, malleable iron.
H. Conduit and equipment Supports:
1.
2.
2.02
Indoors: 316L stainless steel framing channel and pipe straps.
Outdoors: 316L stainless steel with matching hardware and fittings. Buried
conduit PVC. Buried conduit stubups. 316L stainless steel.
WIRE AND CABLE
A. All wire shall bear UL label and be stranded copper, Type TXXN, 600 Volt, except that
THW shall be used where indicated. Minimum size permitted for power circuit shall be
No. 12 AWG. Minimum size for control wiring in conduit shall be No. 14 AWG. Control
panel internal wiring may be No. 16 AWG with industry standard color-coding by voltage
class. All conductors shall be tagged at each point of termination with printed heat shrink
wire labels to provide a unique identification for each wire.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16050.CE.doc
16050 - 2
BASIC ELECTRICAL WORK
11/30/2011
B. All power circuit wire and cable shall be color coded as follows:
Phase
480V System
A
Brown
B
Orange
C
Yellow
Ground
Green
Neutral
White
C. Cables No. 6 AWG and larger which are not made with colored jackets shall be painted or
taped at terminations or junctions points for identification in accordance with the above.
D. Signal Circuits, shielded: Color-coded black and white for pairs, black, white and red for
triads, 18 AWG conductors with 15 mils of 90 degree C PVC insulation, 4 mils nylon
jacket, twisted on a 2” lay, and covered with 100 % 1.35 mil aluminum-Mylar tape shield
with No. 20 AWG 7-strand tinned copper drain wire, 300V, Belden #B8760, or equal.
E. Multi-Conductor Cable, non-shielded: Color-coded, 300V, 18 AWG conductors with PVC
insulation and Chrome PVC jacket.
F. Ethernet Cable: Category 6 cable, blue, Anixter # CM-00424GEN-6-06, or equal.
G. No splicing of feeder cable or control and signal wiring is permitted. Splices in signal and
control circuits shall be made only in junction boxes with proper corrosion resistant
terminal strips. All wires shall be terminated into tubular screw type terminations and/or
compression type wire terminals used. A number with a tag shall identify all wire and
terminal strips. Wire nuts shall not be used.
H. Maintain code minimum separation of intrinsically safe, low voltage signal and ac wiring
in control panels and enclosures.
2.03
WIRING DEVICES
A. Receptacles:
1. Indoors – NEMA 5-20R, duplex, corrosion resistant, Leviton #53CM-62 with
#84401-40 stainless steel wall plate.
2. Outdoors – NEMA 5-20R, duplex, corrosion resistant, weatherproof in use,
Leviton #53CM-62, with #4970 cover.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16050.CE.doc
16050 - 3
BASIC ELECTRICAL WORK
11/30/2011
2.04
PANELBOARDS
A. Surface mounted, tin-plated copper bus, typewritten directory, bolt-on circuit breakers,
code gauge galvanized box, ground bus, painted trim with door-in-door construction with
flush latch and lock, with engraved nameplate, Cutler-Hammer Pow-R-Line panelboard
series, or equal. Provide GFCI and lock on handles where shown.
2.03
STRUT SYSTEMS
A. STAINLESS STEEL: 316L, B-Line #B22S316L, or equal.
PART 3 - EXECUTION
3.01
GENERAL AREA REQUIREMENTS
A. Indoors:
1. Threaded rigid galvanized conduit, cast ferrous boxes with integral threaded hubs.
2. NEMA 12 enclosures.
3. Hot dip galvanized supports with zinc-plated hardware.
B. Outdoors, non-hazardous locations:
1. Rigid non-metallic schedule 80 conduit with matching fittings.
2. NEMA 4X fiberglass, or equal.
C. Outdoors, hazardous locations:
1. Threaded, stainless steel conduit with matching fittings and boxes.
2. Enclosures, NEMA 7.
3. Enclosures for intrinsically safe circuits: NEMA 4X, fiberglass, or equal.
3.02
GENERAL
A. All work shall be installed to the Engineer’s satisfaction. Work not acceptable to him shall
be corrected or replaced.
B. All work shall be installed neatly. Raceways, fittings, and equipment shall be level,
straight, and plumb. Connectors, lock nuts, screws, clamps, and joints shall be made up
tightly.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16050.CE.doc
16050 - 4
BASIC ELECTRICAL WORK
11/30/2011
C. Conduit, outlets, and equipment shall be installed to clear beams or obstruction. Cutting
into or reducing the size of any load-carrying member without the approval of the Engineer
is strictly prohibited. All conduits shall be concealed where possible.
D. Where run is concealed in concrete, conduits shall be run parallel to principal reinforcing
steel. The maximum size raceway permitted in structural concrete is 3/4-inch trade size,
unless otherwise directed.
E. All empty conduits shall be furnished with nylon pull cord.
F. Conduits shall be supported within 3 feet of any box and at intervals of not more than 10
feet. Wherever possible, conduits shall be grouped together and be supported commonly.
Exposed conduit run along walls shall be supported by framing channel, sized to suit the
load.
G. Conduits in horizontal runs located away form walls shall be neatly and uniformly grouped
together and supported on properly size Unistrut trapeze hangers with seismic bracing.
H. Outlets and equipment shall be installed as indicated on the drawings. It shall be the
responsibility of the Contractor to correlate this work with work specified under other
sections. Locations of outlets shall be coordinated with the architectural and mechanical
arrangement of the buildings. Mounting heights, unless otherwise noted, shall be as
directed. Conduit connections to outdoor boxes shall be made with double gasketed,
sealing locknuts with insulated bushings.
I.
All underground conduits shall be PVC Schedule 80 Carlon, Kraloy, or equal with
standard ell and fitting suitable for underground service. Manufacturer’s instruction shall
be followed for sealing joints. Underground conduits shall be placed not less than 24"
below grade. Where two or more conduits are installed parallel in the same trench, the
contractor shall employ spacers to separate conduits from one another by not less than twoinch. The conduit shall be encased in four-inch of sand. Stub-ups of all conduit shall be of
316 stainless steel conduit encased in concrete.
J. Terminate all conduits with hubs.
3.04
FIELD WIRING
A. Provide numbered wiring for all field interconnections.
3.05
GROUNDING
A. All conduit systems, system, raceway equipment, and ground conductors shall be
permanently and effectively grounded by means of approved ground clamps. All boxes,
control panels, motors, etc., shall be grounded in accordance with the appropriate sections
of NEC and State of California ESO and as shown on the drawings.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16050.CE.doc
16050 - 5
BASIC ELECTRICAL WORK
11/30/2011
3.06
WORK PHASING
A. Follow approved phasing plan to maintain station in operation during this work. Perform
partial testing and commissioning to phase in new equipment while keeping existing plant
in continuous automatic operation.
3.07
TEST AND INSPECTION
A. The Contractor shall arrange for a final test and inspection to be observed by the Engineer.
Meggering and operating test shall be conducted at the expense of and by the Contractor at
a mutually agreed time to demonstrate the following:
1.
All lights and equipment operate satisfactorily and as called for.
2.
Inspection of all equipment and the interior of the control panel sections, junction
boxes and pull boxes.
3.
Spot-check verification of wiring color-coding, tagging and numbering.
B. The Engineer will test all running motor currents, proper selection of overload heater
elements, and pump motor insulation resistance.
C. The Contractor shall correct all deficiencies found promptly prior to consideration of final
acceptance.
3.08
GUARANTEE
A. The Contractor shall guarantee all work installed by him under this contract to be free from
mechanical or electrical or defect for a period of one (1) year from the date of acceptance
by the Owner. During the life of the guarantee, he shall, upon notice, promptly make
good at his expense, all defects due to poor workmanship or faulty material installed by
him.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16050.CE.doc
16050 - 6
BASIC ELECTRICAL WORK
11/30/2011
SECTION 16052
STANDBY GENERATORS
Part 1. GENERAL
1.01
Scope
A. Provide complete factory assembled generator set equipment for Civic Center North
Pump Station (100 kw) and for John Duckett pump Station (250 kw), BAAQMD
compliant with digital (microprocessor-based) electronic generator set controls, digital
governor, digital voltage regulator, sub base fuel tank (Civic Center North Pump
Station 109 gallons, John Duckett Pump Station 500 gallon, and soundproof (and
weatherproof at Duckett) enclosure.
B. Provide factory test, startup by a supplier authorized by the equipment manufacturer(s),
and on-site testing of the system.
C. The generator set manufacturer shall warrant all equipment provided under this section,
whether or not is manufactured by the generator set manufacturer, so that there is one
source for warranty and product service. Technicians specifically trained and certified
by the manufacturer to support the product and employed by the generator set supplier
shall service the generator sets.
D. The generator set supplier shall be responsible for complete compliance to all
specification requirements for the generator set.
E. Prototype testing, factory testing and site testing.
1.02
Codes and Standards
A. The generator set installation and on-site testing shall conform to the requirements of
the following codes and standards, as applicable. The generator set shall include
necessary features to meet the requirements of these standards.
1. ANSI S1.13-1971—Measurement of Sound Pressure Levels in Air
2. CSA 282, 1989 Emergency Electrical Power Supply for Buildings
3. IEEE446 – Recommended Practice for Emergency and Standby Power Systems for
Commercial and Industrial Applications
4. NFPA 30 – Flammable and Combustible Liquids
5. NFPA 37 – Standard For the Installation and Use of Stationary Combustion Engines
and Gas Turbines
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 1
STANDBY GENERATORS
11/30/2011
6. NFPA 70 – National Electrical Code. Equipment shall be suitable for use in systems
in compliance to Article 700, 701, and 702.
7. NFPA 99 – Essential Electrical Systems for Health Care Facilities
8. NFPA 110 – Emergency and Standby Power Systems. The generator set shall meet
all requirements for Level 1 systems. Level 1prototype tests required by this
standard shall have been performed on a complete and functional unit, component
level type tests will not substitute for this requirement.
B. The generator set and supplied accessories shall meet the requirements of the following
standards:
1. NEMA MG1-1998 part 32. Alternator shall comply with the requirements of this
standard.
2. UL142 – Sub-base Tanks
3. UL1236 – Battery Chargers
4. UL2200. The generator set shall be listed to UL2200 or submit to an independent
third party certification process to verify compliance as installed.
C. The control system for the generator set shall comply with the following requirements.
1. CSA C22.2, No. 14 – M91 Industrial Control Equipment.
2. EN50082-2, Electromagnetic Compatibility – Generic Immunity Requirements, Part
2: Industrial.
3. EN55011, Limits and Methods of Measurement of Radio Interference Characteristics
of Industrial, Scientific and Medical Equipment.
4. FCC Part 15, Subpart B.
5. IEC8528 part 4. Control Systems for Generator Sets
6. IEC Std 801.2, 801.3, and 801.5 for susceptibility, conducted, and radiated
electromagnetic emissions.
D. The generator set manufacturer shall be certified to ISO 9001 International Quality
Standard and shall have third party certification verifying quality assurance in
design/development, production, installation, and service, in accordance with ISO
9001.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 2
STANDBY GENERATORS
11/30/2011
1.03
Related Sections
A. None
1.04
Acceptable Manufacturers
Only approved bidders shall supply equipment provided under this contract. Equipment
specifications for this project are based on microprocessor-based generator sets
manufactured by the following vendors. Equipment by other suppliers that meets the
requirement of this specification are acceptable, if approved not less than 2 weeks
before scheduled bid date (see Specification Section 01600-1.03). Proposals must
include a line by line compliance statement based on this specification.
A. Cummins Power Generation
B. Caterpillar
1.05
Submittals
A. Shop drawings:
1. Outline drawings of assembly.
2. One line diagrams and wiring diagrams for assembly and components.
3. Interconnection wiring diagrams
4. Submit names, experience level, training certifications, and locations for technicians
that will be responsible for servicing equipment at this site.
5. The engine generator supplier shall furnish to the engineer all emissions data, and any
other data required by the BAAQMD for the application to permit construction and
operation of the proposed equipment. This may include documentation for
BAAQQMD BACT (Best Available Control Technology).
B. Product data:
1. Technical data on all major components. Technical data must include an alternator
thermal damage curve, description and operating characteristics of the alternator
protection device, and an alternator reactive capability curve. Alternator data
demonstrating compliance to Section 16052-2.03.
2. Certification of the emissions performance of the generator set engine by the engine
manufacturer.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 3
STANDBY GENERATORS
11/30/2011
3. Seismic certification, as required.
C. Project information:
1. Test reports and certifications.
2. Factory test procedures.
D. Contract closeout information:
1. Operating and maintenance data.
1.06
Qualifications
A. The generation set manufacturer shall be certified to ISO 9001 International Quality
Standard and shall have third party certification verifying quality assurance in
design/development, production, installation, and service, in accordance with ISO
9001.
B. The manufacturer of this equipment shall have produced similar equipment for a
minimum period of ten years. When requested by the Engineer, an acceptable list of
installations with similar equipment shall be provided demonstrating compliance with
this requirement.
1.07
Regulatory Requirements
A. The generator set shall be UL2200 listed and labeled
B. The generator set overcurrent protection shall be UL listed as a utility grade protective
device.
C. The generator set engine shall comply will all applicable emissions standards at the date
of installation.
1.08
Warranty
A. The manufacturer shall warrant the material and workmanship of the generator set for a
minimum of five (5) years from registered commissioning and start-up, or eighteen (18)
months from date of shipment.
B. The manufacture of the generator set(s) shall offer an extended coverage (years 2- 15).
C. The warranty shall be comprehensive. No deductibles shall be allowed for travel time,
service hours, repair parts cost, etc. shall be allowed during the minimum noted
warranty period described in paragraph A above.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 4
STANDBY GENERATORS
11/30/2011
Part 2. PRODUCTS
2.01
Generator set
A. Ratings
1. The generator set shall operate at 1800 rpm and at a voltage of 277/480 Volts AC,
Three phase, 4-wire, 60 hertz.
2. The complete generator set shall be rated per ISO8528 at (See Appendix A) kW at 0.8
PF, Standby rating, based on site conditions of: Altitude 500 feet, ambient
temperatures of 80 degrees F, based on temperature measured at the control for
indoor installations, and measured at the air inlet closest to the alternator for outdoor
equipment.
3. The generator set rating shall be based on emergency/standby service and marked as
such per NFPA110.
B. Performance
1. Voltage regulation shall not exceed one percent for any constant load between no load
and rated load for both parallel and non-parallel applications. Random voltage
variation with any steady load from no load to full load shall not exceed plus or minus
0.5 percent.
2. Frequency regulation shall be isochronous from steady state no load to steady state
rated load. Random frequency variation with any steady load from no load to full
load shall not exceed plus or minus 0.25%.
3. Cooling system performance (indoor statement and outdoor statement). Generator
sets that are installed indoors shall demonstrate acceptable air exchange rate.
4. The diesel engine-generator set shall be capable of single step load pick up of 100%
nameplate kW and power factor, less applicable derating factors, with the
engine-generator set at operating temperature.
5. Motor starting capability shall as described in Appendix A. The generator set shall
be capable of sustaining a minimum of 90% of rated no load voltage with the specified
kVA load at near zero power factor applied to the generator set.
6. The alternator shall produce a clean AC voltage waveform, with not more than 5%
total harmonic distortion at full linear load, when measured from line to neutral, and
with not more than 3% in any single harmonic, and no 3rd order harmonics or their
multiples. Telephone influence factor shall be less than 40.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 5
STANDBY GENERATORS
11/30/2011
7. The generator set shall be certified by the engine manufacturer to be suitable for use
at the installed location and rating, and shall meet all applicable exhaust emission
requirements at the time of commissioning.
8. The generator set, complete with sound attenuated enclosure, shall be tested by the
generator set manufacturer per ANSI S1.13. Data documenting performance shall be
provided with submittal documentation.
C. Construction
1. The engine-generator set shall be mounted on a heavy-duty steel base to maintain
alignment between components. The base shall incorporate a battery tray with holddown clamps within the rails.
2. All switches, lamps, and meters in the control system shall be oil-tight and dust-tight.
There shall be no exposed points in the control (with the door open) that operate in
excess of 50 volts.
3. All outdoor equipment shall be enclosed with corrosion-protected materials. Steel
components used in enclosures shall be powder coated and baked, and shall provide
fade and corrosion resistance in compliance to Dry film thickness shall be shd3363 of
2H+all a minimum of 1.8 Mils, gloss at 60degrees per ASTMD523 of 80+/- 10,
pencil hardness per ASTM D3363
D. Connections
1. The generator set load connections shall be composed of silver or tin plated copper
bus bars, drilled to accept mechanical or compression terminations of the number and
type as shown on the drawings. Sufficient lug space shall be provided for use with
cables of the number and size as shown on the drawings.
2. Power connections to auxiliary devices shall be made at the devices, with required
protection located at a wall-mounted common distribution panel.
3. Generator set control interfaces to other system components shall be made on a
common, permanently labeled terminal block assembly.
2.02
Engine and Engine Equipment
A. The engine shall be diesel, 4 cycle, radiator and fan cooled. The horsepower rating of
the engine at its minimum tolerance level shall be sufficient to drive the alternator and
all connected accessories. Two cycle engines are not acceptable. Engine accessories
and features shall include:
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 6
STANDBY GENERATORS
11/30/2011
B. An electronic governor system shall provide automatic isochronous frequency
regulation. The governing system dynamic capabilities shall be controlled as a function
of engine coolant temperature to provide fast, stable operation at varying engine
operating temperature conditions. The control system shall actively control the fuel rate
and excitation as appropriate to the state of the generator set. Fuel rate shall be
regulated as a function of starting, accelerating to start disconnect speed, accelerating to
rated speed, and operating in various isochronous or parallel states.
C. Skid-mounted radiator and cooling system rated for full load operation in 50 degrees C
ambient as measured at the generator air inlet, based on 0.5 in H2O external static head.
Radiator shall be sized based on a core temperature which is 10 degrees C higher than
the rated operation temperature, or prototype tested to verify cooling performance of
the engine/radiator/fan operation in a controlled environment. Radiator shall be
provided with a duct adapter flange. The cooling system shall be filled with a 50/50ethylene glycol/water mixture by the equipment manufacturer. Rotating parts shall be
guarded against accidental contact.
D. Electric starters capable of three complete cranking cycles without overheating.
E. Positive displacement, mechanical, full pressure, lubrication oil pump.
F. Full flow lubrication oil filters with replaceable spin-on canister elements and dipstick
oil level indicator.
G. An engine driven, mechanical, positive displacement fuel pump. Fuel filter with
replaceable spin-on canister element. Fuel cooler, suitable for operation of the
generator set at full rated load in the ambient temperature specified shall be provided if
required for operation due to the design of the engine and the installation.
H. Replaceable dry element air cleaner with restriction indicator.
I.
Flexible supply and return fuel lines.
J.
Engine mounted battery charging alternator, 40-ampere minimum, and solid-state
voltage regulator.
K. Coolant heater
1. Engine mounted, thermostatically controlled, coolant heater(s) for each engine. Heater
voltage shall be as shown on the project drawings. The coolant heater shall be UL499
listed and labeled.
2. The coolant heater shall be installed on the engine with SAEJ20 compliant materials.
Steel tubing shall be used for connections into the engine coolant system wherever the
length of pipe run exceeds 12 inches. The coolant heater installation shall be
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 7
STANDBY GENERATORS
11/30/2011
specifically designed to provide proper venting of the system. The coolant heaters
shall be installed using isolation valves to isolate the heater for replacement of the
heater element. The design shall allow the heater element to be replaced without
draining the engine cooling system or significant coolant loss.
3. The coolant heater shall be provided with a 24VDC thermostat, installed at the engine
thermostat housing. An AC power connection shall be provided for a single AC
power connection to the coolant heater system.
4. The coolant heater(s) shall be sized as recommended by the engine manufacturer to
warm the engine to a minimum of 40C in a 15C ambient, in compliance with
NFPA110 requirements, as a minimum, or the temperature required for starting and
load pickup requirements of this specification.
L. For the Civic Center North Pump Station provide vibration isolators, pad type, quantity
as recommended by the generator set manufacturer. The anchor bolts shall be sized
for seismic design category “E”. Isolators shall include seismic restraints if required
by site location. For the John Duckett Pump Station generator the generation set shall
be mounted on the fuel tank with steel spring seismic isolators manufactured by
California Dynamics, Inc. or equal. A minimum of four isolators shall be used. The
isolators and anchor bolts shall be sized for seismic design category “E”. Calculations
by a registered CA Structural Engineer for the specific isolators and anchor bolts used
shall be submitted with the shop drawings for the Engineer’s review.
M. Starting and Control Batteries shall be lead acid type, 24 volt DC, sized as
recommended by the engine manufacturer for compliance to NFPA110 starting
requirements, complete with battery cables and connectors.
N. Provide exhaust silencer(s) for each engine of size and type as recommended by the
generator set manufacturer and approved by the engine manufacturer. Silencer and all
exhaust piping shall be ASTM A-312 Type 316L stainless steel, minimum 0.135”
thick. The silencer shall be critical rated, with a Type 316L stainless steel flexible
connection. The outlet shall be equipped with a 316L Stainless Steel gravity type
weather head. Silencer shall be mounted internal to the housing. The mufflers shall be
critical grade. Exhaust system shall be installed according to the engine manufacturer’s
recommendations and applicable codes and standards.
O. Provide 1 fully regulated, constant voltage, current limited, multi-rate battery
charger(s) for each generator set. The chargers shall be designed for heavy-duty
industrial service, primarily to quickly recharge and maintain batteries that start internal
combustion engines. Charger shall be rated a minimum of 12 amps, and be capable of
operating in parallel with another like charger for reliability and added charging
capacity.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 8
STANDBY GENERATORS
11/30/2011
1. Charger shall provide 4 distinct charge states: “dead battery”, “bulk charge”,
“absorption”, and “float”. Charge rate shall be temperature compensated to provide
proper charging in ambient conditions from –20 to +55C.
2. Provider LED indication of general charger condition, including charging, fault, and
equalize. Provide a 2 line LCD display to indicate charge rate, battery voltage, faults,
and provide for charger set up. Charger shall provide relay contacts for fault
conditions as required by NFPA110.
3. The charger shall operate properly during fault conditions, including battery
disconnection while charging, reversed battery polarity connections, and shorted
battery.
4. The charger shall be compliant to the same RFI/EMI and voltage surge performance
as are specified for the genset control.
2.03
Low Voltage AC Alternator
A. The AC alternator shall be; synchronous, four pole, 2/3 pitch, brushless, revolving
field, drip-proof construction, single prelubricated sealed bearing, air cooled by a direct
drive centrifugal blower fan, and directly connected to the engine with flexible drive
disc. The alternator design shall prevent shaft current from flowing and eliminate the
need for insulated bearings. All insulation system components shall meet NEMA MG1
requirements for Class H insulation systems. Actual temperature rise measured by
resistance method at full load shall not exceed 105C in a 40C ambient.
B. The alternator shall be capable of delivering rated output (kVA) at rated frequency and
power factor, at any voltage up to 5 percent above or below rated voltage.
C. The alternator shall be supplied with an dedicated, independent power source for the
voltage regulation system, which provides sufficient excitation for the alternator to
supply 300% of rated output current for 10 seconds.
D. The subtransient reactance of the alternator shall not exceed 12 percent, based on the
standby rating of the generator set.
E. Provide an anti-condensation heater for the alternator for generator sets installed
outdoors or in unheated environments.
2.04
Generator set Control. The generator set shall be provided with a microprocessor-based
control system that is designed to provide automatic starting, monitoring, protection
and control functions for the generator set. The control system shall also be designed
to allow local monitoring and control of the generator set, and remote monitoring and
control as described in this specification.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 9
STANDBY GENERATORS
11/30/2011
The control shall be mounted on the generator set. The control shall be vibration
isolated and prototype tested to verify the durability of all components in the system
under the vibration conditions encountered.
The generator set mounted control shall include the following features and functions:
A. Control Switches
1. Mode Select Switch. The mode select switch shall initiate the following control
modes. When in the RUN or Manual position the generator set shall start, and
accelerate to rated speed and voltage as directed by the operator. In the OFF position
the generator set shall immediately stop, bypassing all time delays. In the AUTO
position the generator set shall be ready to accept a signal from a remote device to
start and accelerate to rated speed and voltage.
EMERGENCY STOP switch. Switch shall be Red "mushroom-head" push-button.
Depressing the emergency stop switch shall cause the generator set to immediately
shut down, and be locked out from automatic restarting. The switch shall include a
lockout provision for
use in safely disabling the generator set for necessary service.
2. RESET switch. The RESET switch shall be used to clear a fault and allow restarting
the generator set after it has shut down for any fault condition.
3. PANEL LAMP switch. Operating the panel lamp switch shall cause the entire panel
to be lighted with DC control power. The panel lamps shall automatically be switched
off 10 minutes after the switch is operated, or after the switch is operated a second
time.
4. Voltage and Frequency Adjustment. The genset mounted control shall include digital
raise/lower switches for adjustment of voltage and frequency.
B. Generator Set AC Output Metering. The generator set shall be provided with a
metering set including the following features and functions:
a)
Analog voltmeter, ammeter, frequency meter, and kilowatt (KW) meter. Voltmeter
and ammeter shall display all three phases. Ammeter and KW meter scales shall be
color coded in the following fashion: readings from 0-90% of generator set standby
rating: green; readings from 90-100% of standby rating: amber; readings in excess
of 100%: red.
b)
Digital metering set, 0.5% accuracy, to indicate generator RMS voltage and current,
frequency, output current, output KW, KW-hours, and power factor. Generator
output voltage shall be available in line-to-line and line-to-neutral voltages, and shall
display all three phase voltages (line to neutral or line to line) simultaneously.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 10
STANDBY GENERATORS
11/30/2011
c)
Both analog and digital metering are required.
C. Generator Set Alarm and Status Display.
1. The generator set shall be provided with alarm and status indicating lamps to indicate
non-automatic generator status, and existing warning and shutdown conditions. The
lamps shall be high-intensity LED type. The lamp condition shall be clearly apparent
under bright room lighting conditions. The generator set control shall indicate the
existence of all alarm, shutdown, and status conditions associated with the generator
set, including all paralleling control functions and the engine ECM on an
alphanumerical display on the genset. The following alarm, shutdown, and status
conditions are required, as a minimum:
low oil pressure (alarm)
low oil pressure (shutdown)
oil pressure sender failure (alarm)
low coolant temperature (alarm)
high coolant temperature (alarm)
high coolant temperature (shutdown)
engine temperature sender failure (alarm)
low coolant level (alarm or shutdown--selectable)
fail to crank (shutdown)
fail to start/overcrank (shutdown)
overspeed (shutdown)
low DC voltage (alarm)
high DC voltage (alarm)
weak battery (alarm)
low fuel-daytank (alarm)
high AC voltage (shutdown)
low AC voltage (shutdown)
under frequency (shutdown)
over current (warning)
over current (shutdown)
short circuit (shutdown)
ground fault (alarm)
over load (alarm)
emergency stop (shutdown)
Enclosure Intrusion Alarm (Duckett Only)
2. Provisions shall be made for indication of four customer-specified alarm or shutdown
conditions. Labeling of the customer-specified alarm or shutdown conditions shall be
of the same type and quality as the above specified conditions. The non-automatic
indicating lamp shall be red, and shall flash to indicate that the generator set is not
able to automatically respond to a command to start from a remote location.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 11
STANDBY GENERATORS
11/30/2011
D. Engine Status Monitoring.
1. The following information shall be available from a digital status panel on the
generator set control:
engine oil pressure (psi)
engine coolant temperature (degrees F)
engine speed (rpm)
number of hours of operation (hours)
number of start attempts
battery voltage (DC volts)
2. The control system shall also incorporate a data logging and display provision to allow
logging of a minimum of the last 20 warning or shutdown indications on the generator
set, the time of the last fault of each type, and the number of faults of each type, and
total time of operation at various loads as a percent of the standby rating of the
generator set.
E. Engine Control Functions.
1. The control system provided shall include a cycle cranking system, which allows for
user selected crank time, rest time, and # of cycles. Initial settings shall be for 3
cranking periods of 15 seconds each, with 15-second rest period between cranking
periods.
2. The control system shall include an engine governor control, which functions to
provide steady state frequency regulation as noted elsewhere in this specification. The
governor control shall include adjustments for gain, damping, and a ramping function
to control engine speed and limit exhaust smoke while the unit is starting. The
governor control shall be suitable for use in paralleling applications without
component changes.
3. The control system shall include time delay start (adjustable 0-300 seconds) and time
delay stop (adjustable 0-600 seconds) functions.
4. The control system shall include sender failure monitoring logic for speed sensing, oil
pressure, and engine temperature which is capable of discriminating between failed
sender or wiring components, and an actual failure conditions.
F. Alternator Control Functions:
1. The generator set shall include an automatic microprocessor-based voltage regulation
system that is matched and prototype tested by the engine manufacturer with the
governing system provided. It shall be immune from misoperation due to
load-induced voltage waveform distortion and provide a pulse width modulated output
to the alternator exciter. The voltage regulation system shall be equipped with
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 12
STANDBY GENERATORS
11/30/2011
three-phase RMS sensing and shall control buildup of AC generator voltage to provide
a linear rise and limit overshoot. The voltage regulation system shall be based on a
full wave rectified input, pulse-width modulated output design. The system shall
include a torque-matching characteristic, which shall reduce output voltage in
proportion to frequency below an adjustable frequency threshold. The voltage
regulator shall include adjustments for gain, damping, and frequency roll-off.
Adjustments shall be broad range, and made via digital raise-lower switches, with an
alphanumeric LED readout to indicate setting level. Rotary potentiometers for
system adjustments are not acceptable.
2. Controls shall be provided to monitor the output current of the generator set and
initiate an alarm (over current warning) when load current exceeds 110% of the rated
current of the generator set on any phase for more than 60 seconds. The controls
shall shut down and lock out the generator set when output current level approaches
the thermal damage point of the alternator (over current shutdown). The protective
functions provided shall be in compliance to the requirements of NFPA70 article 445.
3. Controls shall be provided to individually monitor all three phases of the output
current for 1, 2, or 3-phase short circuit conditions. The control/protection system
shall monitor the current level and voltage. The controls shall shut down and lock out
the generator set when output current level approaches the thermal damage point of
the alternator (short circuit shutdown).
4. Controls shall be provided to monitor the KW load on the generator set, and initiate
an alarm condition (over load) when total load on the generator set exceeds the
generator set rating for in excess of 5 seconds. Controls shall include a load shed
control, to operate a set of dry contacts (for use in shedding customer load devices)
when the generator set is overloaded.
5. An AC over/under voltage monitoring system that responds only to true RMS voltage
conditions shall be provided. The system shall initiate shutdown of the generator set
when alternator output voltage exceeds 110% of the operator-set voltage level for
more than 10 seconds, or with no intentional delay when voltage exceeds 130%.
Under voltage shutdown shall occur when the output voltage of the alternator is less
than 85% for more than 10 seconds.
6. A battery monitoring system shall be provided which initiates alarms when the DC
control and starting voltage is less than 25VDC or more than 32 VDC. During engine
cranking (starter engaged), the low voltage limit shall be disabled, and if DC voltage
drops to less than 14.4 volts for more than two seconds a "weak battery" alarm shall
be initiated.
G. The generator set shall be provided with a network communication module to allow real
time communication with the generator set control by remote devices. The control
shall communicate all engine and alternator data; alarm, shutdown and status
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 13
STANDBY GENERATORS
11/30/2011
conditions. The network communication shall be RS485 using the Modbus protocol
and shall operate at 9600 baud or faster.
H. (Duckett Station only) Provide and install a 20-light LED type remote alarm
annunciator with horn, located as shown on the drawings or in a location that can be
conveniently monitored by facility personnel. The remote annunciator shall provide all
the audible and visual alarms called for by NFPA Standard 110 for level 1 systems; and
in addition shall provide indications for high battery voltage, low battery voltage, loss
of normal power to the charger. Ten (10) spare lamps shall be provided to allow future
addition of other alarm and status functions to the annunciator. Provisions for labeling
of the annunciator in a fashion consistent with the specified functions shall be provided.
Alarm silence and lamp test switch(es) shall be provided. LED lamps shall be
replaceable, and indicating lamp color shall be capable of changes needed for specific
application requirements. Alarm horn shall be switchable for all annunciation points.
Alarm horn (when switched on) shall sound for first fault, and all subsequent faults,
regardless of whether first fault has been cleared, in compliance with NFPA110 35.6.2.
I.
The generator set shall be provided with a utility grade protective relay, designed to
provide thermal overload protection for the alternator, and performance certified for
that purpose by a 3rd party testing organization. The supplier shall submit time
overcurrent characteristic curves and thermal damage curve for the alternator,
demonstrating the effectiveness of the protection provided. Relay shall be installed to
allow shutdown of the generator excitation system on an alternator overload condition,
with the engine operating for a cool-down period before shutdown. The relay shall not
include an instantaneous trip function.
J.
Control Interfaces for Remote Monitoring:
1. No field connections for control devices shall be made in the AC power output
enclosure. Provide the following features in the control system:
2. Form "C" dry contact set rated 2A @ 30VDC to indicate existence of any alarm or
shutdown condition on the generator set.
3. One set of contacts rated 2A @ 30VDC to indicate generator set is ready to load. The
contacts shall operate when voltage and frequency are greater than 90% of rated
condition.
4. A fused 10 amp switched 24VDC power supply circuit shall be provided for customer
use. DC power shall be available from this circuit whenever the generator set is
running.
5. A fused 20 amp 24VDC power supply circuit shall be provided for customer use. DC
power shall be available from this circuit at all times from the engine starting/control
batteries.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 14
STANDBY GENERATORS
11/30/2011
6. The control shall be provided with a direct serial communication link for the
communication network interface as described elsewhere in this specification and
shown on the drawings.
2.05
Outdoor Sound Limiting Enclosure. Enclosure shall be constructed of hot-rolled sheet
metal with hinged and locking doors/panels, intake and exhaust plenums, thermal and
acoustic insulation as necessary. The enclosure shall be reinforced to be vibration free
and be designed to perform without overheating the generator in the maximum ambient
temperature. Include an emergency stop switch, shipped loose, capable of being
remotely mounted as directed by the Owner.
1. Intake plenum shall be designed and arranged such that the intake suction for the
engine shall be taken from the generator-end of the weatherproof enclosure. Provide
duct silencers and/or acoustic louvers as necessary to achieve sound limit
requirements.
2. Exhaust plenum shall be designed and arranged such that the exhaust from the engine
shall exit through the engine-end of the weatherproof enclosure. Provide duct
silencers and/or acoustic louvers as necessary to achieve sound limit requirements.
3. The housing shall provide a sound attenuation level of 65 dBA at 23 feet.
2.06
Sub Base Fuel Tank. The tank shall be provided in the unit skid base sized, with vent
and overflow, of sufficient volume to provide twelve continuous hours of operation at
full Service Load. Vents and drains shall be provided where necessary for operation or
maintenance and routed to an accessible location on the equipment or skid for operation
of the associated valve. The tank shall be dual-wall, secondary containment diesel
generator base tank in accordance with UL 142. Include flexible fuel line connections,
fuel gauge and check valve. Flexible hose connections shall be provided with
equipment if required to limit nozzle loads from Owner connected piping systems. Fuel
line connections shall not extend beyond the outside dimensions of the skid base. The
tank shall have a sediment and water collection area at the lowest point of the fuel tank
bottom with a minimum holding capacity of 2 gallons. The entire bottom surface of the
fuel tank shall slope toward this area. An accessible drain valve shall be provided at
the lowest point with a locking operator. Piping tie-ins for Engineer continuation of fill
piping shall consist of Class 150 flanges and be located along the perimeter of the
equipment skid. Provide a low-level sensing switch and a high-level sensing switch,
rupture basin alarm and tank overfill/spill protection alarm, both with 10 A, DPDT
contacts. Tank shall include remote fill/spill equipment with a stainless steel five (5)
gallon minimum spill container suitable for mounting on the building exterior wall.
Part 3. OTHER REQUIREMENTS
3.01
Prototype Testing (submit evidence of prototype testing; manufacturer’s certificate etc.)
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 15
STANDBY GENERATORS
11/30/2011
3.02
Factory Testing
A. The generator set manufacturer shall perform a complete operational test on the
generator set prior to shipping from the factory. A certified test report shall be
provided. All testing shall be performed with calibrated metering.
B. Generator set factory tests on the equipment shall be performed at rated load and rated
power factor. Generator sets that have not been factory tested at rated power factor will
not be acceptable. Tests shall include:
•
•
•
•
•
•
3.03
run at full load
maximum power
voltage regulation
transient and steady-state governing
single step load pickup
function of safety shutdowns
Installation
A. Equipment shall be installed by the contractor in accordance with final submittals and
contract documents. Installation shall comply with applicable state and local codes as
required by the authority having jurisdiction. Install equipment in accordance with
manufacturer's instructions and instructions included in the listing or labeling of UL
listed products.
B. Installation of equipment shall include furnishing and installing all interconnecting
wiring between all major equipment provided for the on-site power system. The
contractor shall also perform interconnecting wiring between equipment sections (when
required), under the supervision of the equipment supplier.
C. Equipment shall be installed on concrete housekeeping pads. Equipment shall be
permanently fastened to the pad in accordance with manufacturer’s instructions and
seismic requirements of the site.
D. Equipment shall be initially started and operated by representatives of the manufacturer.
All protective settings shall be adjusted as instructed by the consulting engineer.
E. All equipment shall be physically inspected for damage. Scratches and other
installation damage shall be repaired prior to final system testing. Equipment shall be
thoroughly cleaned to remove all dirt and construction debris prior to initial operation
and final testing of the system.
F. On completion of the installation by the electrical contractor, the generator set supplier
shall conduct a site evaluation to verify that the equipment is installed per
manufacturer’s recommended practice.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 16
STANDBY GENERATORS
11/30/2011
3.04
On-Site Acceptance Test:
A. The complete installation shall be tested to verify compliance with the performance
requirements of this specification following completion of all site work. Testing shall
be conducted by representatives of the manufacturer, with required fuel supplied by
Contractor. The Engineer shall be notified in advance and shall have the option to
witness the tests. The generator set manufacturer shall provide a site test specification
covering the entire system.
B. Prior to start of active testing, all field connections for wiring, power conductors, and
bus bar connections shall be checked for proper tightening torque.
C. Installation acceptance tests to be conducted on-site shall include a "cold start" test, a
two hour full load (resistive) test, and a one step rated load pickup test in accordance
with NFPA 110. Provide a resistive load bank and make temporary connections for
full load test.
D. Perform a power failure test on the entire installed system. This test shall be conducted
by opening the power supply from the utility service, and observing proper operation of
the system for at least 2 hours. Coordinate timing and obtain approval for start of test
with site personnel.
E. The generator set supplier shall issue a test report documenting the results of testing,
and including a complete list of all settings in the control system.
3.05
Spare Parts
A. The following spare parts shall be provided for each engine generator set provided:
1 Alternator
1 Water Pump
1 complete set of spare hoses
1 complete set of engine belts
1 spare block heater
6 complete sets of control panel light bulbs
6 complete sets of the fuses and relays used in the generator package
1 complete set of filters
1 spare engine starter for Civic Center North Pump Station
1 spare engine starter for John Duckett Pump Station
3.06
Training
A. The equipment supplier shall provide training for the facility operating personnel
covering operation and maintenance of the equipment provided. The training program
shall be a total of 4 hours in duration. Training date shall be coordinated with the
facility owner. Provide the District three (3) weeks notice prior to setting the training
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 17
STANDBY GENERATORS
11/30/2011
3.07
date.
Service and support
A. The generator set supplier shall maintain service parts inventory for the entire power
system at a central location which is accessible to the service location 24 hours per day,
365 days per year. The inventory shall have a commercial value of $3 million or
more. The manufacturer of the generator set shall maintain a central parts inventory to
support the supplier, covering all the major components of the power system, including
engines, alternators, control systems, paralleling electronics, and power transfer
equipment.
B. The generator set shall be serviced by a local service organization that is trained and
factory certified in generator set service. The supplier shall maintain an inventory of
critical power system replacement parts in the local service location. Service vehicles
shall be stocked with critical replacement parts. The service organization shall be on
call 24 hours per day, 365 days per year. The service organization shall be physically
located within 100 miles of the site.
C. The manufacturer shall maintain model and serial number records of each generator set
provided for at least 20 years.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16052.CE.doc
16052 - 18
STANDBY GENERATORS
11/30/2011
SECTION 16640
CATHODIC PROTECTION/CORROSION MONITORING
PART 1 - GENERAL
1.01
WORK OF THIS SECTION
A.
The WORK of this Section includes providing a complete system as indicated including
electrical connections, installation of test stations, bond cables, insulating joints,
exothermic welds, anodes, cables, and all accessories required for a complete operable
system, including testing the system after installation.
B.
The WORK also requires that one Supplier accept responsibility for the WORK as
indicated but without altering or modifying the CONTRACTOR'S responsibilities under
the Contract Documents.
C.
The WORK also includes coordination of assembly, installation and testing.
1.02
A.
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.
2.
3.
1.03
A.
Excavation and Backfill: Section 02200
Surface Restoration: Section 02500
Pipework: Section 15050
CODES AND STANDARDS
The CONTRACTOR shall install each system component in a workmanlike manner and
in strict conformance with the latest edition of the following standards:
1.
2.
3.
4.
5.
6.
7.
8.
9.
NEC
NEMA
ASTM
IEEE
ANSI
ICEA
OSHA
NACE
UL
National Electrical Code
National Electrical Manufacturers Association
American Society for Testing and Materials
Institute of Electrical and Electronic Engineers
American National Standard Institute
Insulated Cable Engineers Association
Occupational Safety and Health Administration
National Association of Corrosion Engineers
Underwriters Laboratories
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 1
CATHODIC PROTECTION
11/30/11
C.
1.04
A.
1.05
Where the drawings or these Specifications require a higher degree of workmanship or
better quality of material than implied by the above codes and standards, these drawings
and Specifications shall prevail.
SHOP DRAWINGS AND SAMPLES
The following shall be submitted in compliance with Section 01600, Contractors
Submittals:
1.
Catalog cuts, bulletins, brochures or data sheets for all equipment including traffic
valve boxes for flush mounted test stations, terminal boxes and hardware, shunts,
anode/bond/test/drain cables, cable identifiers, exothermic welding equipment and
supplies, epoxy putty and coating, anodes, insulating flange kits, insulating
flanged coupling adapter kits, insulating dresser coupling double boot assembly,
wax tape, cement mortar and any other equipment to be installed.
2.
Certification that the equipment and materials proposed meet the Specifications
and the intent of the Specifications.
INTERFERENCE AND EXACT LOCATIONS
A.
The locations of corrosion monitoring/cathodic protection equipment, and appurtenances
as indicated are approximate only. Exact locations shall be determined by the
CONTRACTOR, subject to approval of the ENGINEER.
B.
The CONTRACTOR shall verify in the field, all data and final locations of work done
under other Sections of the Specifications required for placing of the corrosion
monitoring/cathodic protection or other electrical work.
C.
In case of interference with other work or erroneous locations with respect to equipment
or structures, the CONTRACTOR shall furnish all labor and materials necessary to
complete the WORK in an acceptable manner.
PART 2 - PRODUCTS
2.01
A.
GENERAL
All materials to be installed must be new and of a quality generally accepted by the
industry and must comply with the codes and standards as specified in Section 1.3.
Nothing in the drawings or Specifications is to be construed as permitting work not
conforming to these codes and standards. Where larger size or better grade materials
than required by the above-mentioned regulations and codes are specified, these drawings
and Specifications shall have precedence. All equipment and materials supplied shall be
similar to that which has been in satisfactory service for at least 5 years.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 2
CATHODIC PROTECTION
11/30/11
2.02
A.
2.03
TRAFFIC VALVE BOXES
The traffic valve boxes for test stations shall be G5 Utility Box as manufactured by
Christy Concrete Products, Inc., No. 1RT Utility Box as manufactured by Brooks
Products or approved equal. Traffic box covers for anode beds and test stations shall be
cast iron and properly identified with welded bead legend "ANODE" or "CP TEST".
TERMINAL BOXES
A.
Terminal boxes shall be constructed of high impact, molded, Lexan® plastic, and
furnished with a 3-inch by 6-inch long PVC conduit as shown on the project plans.
B.
The conduit shall also serve as the support for the terminal box. Each box shall be
furnished with an integral high impact Makrolon® polycarbonate terminal board with a
minimum of eight (8) terminals. Terminal boxes shall be “Big Fink” as manufactured by
Cott or approved equal. Test boards shall be labeled with the identification number
designated by the San Rafael Sanitation District and shall identify the piping to which the
leads are connected.
C.
The conduit sealant shall be the non-hardening type, and installed as shown in the
Drawings.
2.04
A.
2.05
A.
2.06
TERMINAL BOX HARDWARE
Nuts, bolts, and washers, shall be nickel-plated brass, and shorting straps shall be nickelplated copper.
SHUNTS
Shunts for galvanic anode terminal boxes or test stations shall be 0.01 ohm, 6 ampere,
manganin wire type, as indicated. Shunts shall be type RS as manufactured by Holloway
or equal.
CABLE
A.
Conductors shall consist of solid or stranded copper of the gauge indicated. Cable sizes
shall be based on American Wire Gage (AWG). Copper wire shall be in conformance
with ASTM Designations B3 and B8.
B.
All cables terminating in a junction box or test station shall have a cable identifier
attached within 3 inches of end of cable at terminal board, prior to backfill, as specified
under "Cable Identification".
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 3
CATHODIC PROTECTION
11/30/11
2.07
ANODE CABLES
A.
The cable attached to the anodes shall be stranded, single conductor, copper and insulated
for 600 volts. Cable size shall be minimum No. 10 AWG HMWPE and shall conform
with the requirements of ASTM D-1248 Type 1, Class C, Grade 5. Connection of cable
to the anode shall have a pulling strength which shall exceed the tensile strength of the
cable. Any damage to the cable insulation or anode shall require complete replacement of
the cable and anode.
B.
Anode cables shall be of one continuous length without splices from the anode connection
to the respective Terminal Box as indicated, with the exception noted in Paragraph 2.14E. The anode cable insulation shall be free of surface damage such as nicks, abrasions,
scratches, etc., in all respects throughout the entire length of the cable. Precaution shall
be taken during fabrication, transportation and installation of the anodes to see that the
cable is not kinked or sharply bent. Bends sharper than 2-1/2 inches in radius are not
permissible.
C.
All cables used for corrosion monitoring/cathodic protection systems shall be visually
inspected for any damage to the insulation prior to and after installation by the
CONTRACTOR. Any damage to the insulation will require replacement of the cable.
Splicing of cables will not be permitted.
2.08
BOND CABLES
A.
All underground cables used for bonds shall be stranded, single conductor, copper, and
shall be insulated with an extruded plastic insulation. All cable shall be insulated for 600
volts, HMWPE in accordance with the requirements of ASTM D-1248, Type 1, Class C,
Grade 5, and ICEA-NEMA S-61-402. The bond cables across fittings joints shall be No.
4 AWG HMWPE cable. The bond cables from fitting to metallic adapter or from fitting
to coupling shall be No. 10 AWG HMWPE cable.
B.
Bond cables shall be a minimum of 18 inch in length. Preformed, factory made bond
cables may be used. Bond cables that span from fitting to fitting and across PVC pipe or
around vaults shall be of sufficient length for such spans.
2.09
A.
2.10
TEST AND DRAIN CABLES
All underground cables used for test and drain cables shall be stranded, single conductor,
copper, Type CP, and shall be insulated with an extruded plastic insulation. The
insulation shall be Type THW and conform to UL 83 latest revision. The color of the
cables shall be as indicated in Paragraph 2.10-C.
CABLE IDENTIFICATION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 4
CATHODIC PROTECTION
11/30/11
A.
All anode, test lead and drain cables shall be coded with circular brass stamped or
engraved identifier. The letters and numbers shall be printed, minimum 3/16-inch in size,
and shall identify the piping to which the lead is connected.
B.
Cable identifiers for anodes shall be the wrap around type with a high resistance to oils,
solvents and mild acids. Marker shall fully encircle cable with imprinted alpha-numeric
characters for pipe identification.
C.
The following colors and minimum cable gauges have been used:
1.
Test Lead for Pipe:
#10 THW
White
2.
Drain Cable:
#10 THW
White
3.
Anode Leads:
#10 HMWPE
Black
4.
Insulating Joint Test Leads:
Protected/New Side
#10 or #4 THW
White
(As shown in Drawings)
#10 or #4 THW
White
(As shown in Drawings)
Coupling-Protected
Unprotected/Existing
5.
2.11
#10 or #4 THW
Red
(As shown in Drawings)
Joint Bond Cables for Pipe:
Joint Bond Cables for Fittings
(As shown in Drawings):
#4 HMWPE
Black
#10 HMWPE
Black
EXOTHERMIC WELDS
A.
Exothermic welds shall be provided for connecting cables to structures in strict
accordance with the manufacturer’s recommendations. Connections shall be made at
locations indicated. Exothermic welds shall be Cadweld, as manufactured by Erico
Products, Inc. or Thermoweld as manufactured by Continental Industries, Inc., or
approved equal. Duxseal packing as manufactured by Johns-Manville or approved equal
shall be used where necessary to prevent leakage of molten weld metal. All ductile iron
pipe and fittings shall be welded with cast iron weld metal and welder, with no
exceptions.
B.
The shape and charge of the exothermic weld shall be chosen based on the following
parameters:
1.
Pipe material
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 5
CATHODIC PROTECTION
11/30/11
2.
3.
4.
5.
C.
2.12
A.
2.13
A.
2.14
A.
Pipe size
Cable material
Number of strands to be welded
Orientation of weld (vertical or horizontal)
All exothermic weld locations shall be coated with a coating that is compatible with the
pipeline coating. Dielectric coated steel or ductile iron pipe shall be coated with epoxy as
shown on the Drawings.
EPOXY PUTTY
Putty used for the cable-to-pipe connection seal dam shall be a two part "A + B" epoxy.
EPOXY COATING
Epoxy used for sealing anode to cable and cable to pipe connections shall be: Scotchcast
Resin No. 4, as manufactured by 3M Company; or CC-1 Potting Compound,
manufactured by PSI Products; or approved equal.
PREPACKAGED ZINC ANODES
High purity, high output type, in accordance with ASTM B-418, Type II,
of the following composition:
Element
Aluminum
Cadmium
Iron
Lead
Copper
Zinc
% by Weight
0.005 maximum
0.003 maximum
0.0014 maximum
0.003 maximum
0.002 maximum
Remainder
B.
The anodes shall be prepackaged in a cloth bag containing backfill of the following
composition; 75 percent gypsum, 20 percent bentonite and 5 percent sodium sulfate. The
zinc anodes shall be of the size indicated and placed where indicated. Cable for the
anodes shall be black, minimum No. 10 AWG HMWPE, stranded, and of sufficient
length to extend to the terminal box without splicing.
C.
The anode weight shall be as indicated in the Drawings. The dimensions of the anode
ingots shall be as follows:
48 Pounds
D.
2 inches by 2 inches by 48 inches
Anodes shall be cast with a galvanized steel core strap. One end of the anode shall be
recessed to provide access to the rod for connection of the lead cable. The lead cable
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 6
CATHODIC PROTECTION
11/30/11
shall be silver brazed to the rod, making a mechanically secure connection. The
connection shall be insulated to a 600 volt rating by filling the recess with asphalt. The
asphalt material shall be extended over the lead cable insulation by not less than 1/2-inch.
The CONTRACTOR shall repair all damaged lead cable insulation as directed by the
ENGINEER and at no additional cost to the OWNER.
E.
Anode Schedule
Use anode ground beds of two 48 pound zinc anodes
2.15
INSULATING FLANGE KITS
A.
Insulating flange gaskets shall include full faced gaskets, insulating sleeves and washers
and steel or stainless steel washers. The complete assembly shall have a pressure rating
equal to that of the flanges between which it is installed. Gasket shall be O-Ring inset
type neoprene faced phenolic, 1/8-inch thick, having a high dielectric constant. Insulating
sleeves shall be phenolic. Insulating washers shall be two sets of 1/8-inch thick fiber
reinforced faced phenolic, having a high dielectric constant.
B.
For buried insulating flanges, the connection hardware for insulating flange kits,
including nuts, washers and studs shall be Type 316L stainless steel. For above grade
insulating flanges, the connection hardware for insulating flange kits, including nuts,
washers and studs shall be steel. Washers shall fit well within the bolt facing on the
flange. Insulating washers shall fit within the bolt facing on the flange and over the
outside diameter of the sleeve.
2.16
A.
WAX TAPE
Tape wrap for isolating the insulating assemblies, (insulating flanges, flanged coupling
adapters, and dresser couplings), shall be as manufactured by Trenton Tapes or approved
equal.
PART 3 - EXECUTION
3.01
A.
GENERAL
Upon completion of installation of all components as shown on the drawings and in
accordance with these specifications, testing shall be performed to demonstrate that the
installation has been completed and is in working order in conformance with the Contract
Documents. In no case shall the testing be less than that outlined herein unless requested
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 7
CATHODIC PROTECTION
11/30/11
in writing by the CONTRACTOR and approved by the ENGINEER. The interim testing
described herein shall be in addition to and not substitution for any required testing of
individual items at the manufacturer’s plant. The CONTRACTOR shall provide testing
of the system. The test data shall be submitted to the ENGINEER for acceptance to
demonstrate that the system is in proper working order. The cost of the testing shall be
borne by the CONTRACTOR, including any additional expenses which result from
retesting due to equipment or installation which is not in conformance with the Contract
Documents.
3.02
EXCAVATION AND BACKFILL
A.
Buried cables shall have a minimum cover of 24 inches. The bottom of the trenches shall
be covered with 1 inch of mortar sand prior to placing cables, insulation, anodes, coatings
or other underground appurtenances.
B.
Cable identification tags shall be placed on the cables prior to placing cable in conduit or
backfilling.
3.03
A.
3.04
TEST STATIONS
Test stations shall be placed at the locations indicated. The CONTRACTOR shall field
verify final location of the test stations. Cable identifiers shall be placed on all cable prior
to backfill and installation of test stations.
CABLES
A.
Cables buried in the ground shall be laid straight, without kinks. Each cable run shall be
continuous in length and free of joints or splices, unless otherwise indicated. Care shall be
taken during installation to avoid punctures, cuts or other damage to the cable insulation.
Damage to insulation shall require replacement of the entire length of cable at the
CONTRACTOR'S expense.
B.
At least 18 inches of slack (coiled) shall be left for each conductor, at each test station
housing. Slack in the cable shall be sufficient to allow removal of cable extension for
testing. Cable shall not be bent into a radius of less than 8 times the diameter of the cable.
Where buried cable is to be placed in existing conduit, the conduit must be of sufficient
diameter to accommodate the additional cable. This shall be determined by the number
and size of both the existing and new cable in accordance with all applicable codes and
standards. This shall also apply where new cable is to be installed in new PVC conduit.
PVC conduit shall be installed to a minimum depth of 24 inches below grade.
C.
D.
Red caution tape 3 inches in width shall be installed above buried cable and conduits at a
maximum depth of 18 inches below grade over the cable and conduit location.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 8
CATHODIC PROTECTION
11/30/11
3.05
A.
3.06
CABLE IDENTIFICATION
Brass cable identifiers or wrap around cable markers shall be placed on the cables prior to
backfill.
EXOTHERMIC WELD CONNECTIONS
A.
Exothermic weld connections shall be installed in the manner and at the locations
indicated. Coating materials shall be removed from the surface over an area of sufficient
size to make the connection. The ductile iron surface shall be cleaned to white metal by
grinding or filing prior to welding the conductor. The use of resin impregnated grinding
wheels will not be allowed. The conductor shall be welded to the pipe by the exothermic
welding process with a copper sleeve fitted over the conductor. Only enough insulation
shall be removed such that the copper conductor can be placed in the welding mold.
B.
After the weld has cooled, all slag shall be removed and the metallurgical bond shall be
tested for adherence to the pipe or casing. All defective welds shall be removed and
replaced. All exposed ductile iron surfaces shall be covered with insulating materials as
indicated. No connections to the piping shall be buried prior to inspection and approval of
the ENGINEER.
3.07
A.
3.08
A.
3.09
A.
COATING OF WELDS
The CONTRACTOR shall furnish all materials, clean surfaces and repair any damage to
protective coatings and linings damaged as a result of the welding. For ductile iron pipe,
the CONTRACTOR may, at his own expense, provide weld plates at the spigot end of the
pipe, installed by the manufacturer of the pipe. Provision of the weld plates does not
relieve the CONTRACTOR from responsibility for repair of damage to the coating or
lining as a result of exothermic welding of the pipe.
COATING REPAIR
For each weld, utilize a two-part epoxy putty to build a dam. The epoxy putty shall be
rolled and formed into a long piece that is approximately ½-inch diameter and 10 inches
long. This two-part epoxy putty will be utilized to build a dam around the welded area.
All exposed metal surfaces shall be covered with enough 2-part epoxy resin to fill the
dam, which shall have a height of at least ½ inch over the exposed metal of cable weld on
the pipe. Please refer to the Drawings.
JOINT BONDS
Bond cables shall be provided across flexible couplings and all non-welded joints on
ductile iron pipe joints as necessary to ensure electrical continuity. Joint bonds shall be
installed as indicated. A minimum of two bonds shall be installed per joint for fittings.
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 9
CATHODIC PROTECTION
11/30/11
Only one bond cable is required to be installed from fitting to metallic adapter or from
fitting to coupling, as shown in the Drawings. Joint bonds shall not be installed
immediately across dielectric insulating flange kits. Joint bonds shall not be installed on
HDPE pipe.
3.10
ANODE INSTALLATION
A.
Prepackaged anodes shall be installed at the locations indicated. Plastic or paper wrap
shall be removed from the anode prior to lowering the anode into the hole. Anodes shall
not be suspended by the lead cables. When compacted soil is required and has been
placed to the top of the anode and prior to the filling of the hole with soil, a minimum of
10 gallons of water shall be poured into the hole to saturate the anode backfill and
surrounding soil.
B.
Backfilling with native soil shall proceed in 6-inch lifts, compacting the soil around the
anode during each lift until the backfill has reached grade. Damage to the canvas bag,
anode to cable connection, copper cable or cable insulation will require replacement of
entire assembly.
C.
The two-anodes-per-test station anodes may be installed horizontally or vertically, at the
depth and distance from the pipe or fitting as indicated on the Drawings.
D.
Each anode cable shall terminate in the Test Station for the ground bed, as indicated on
the Drawings.
E.
Anodes shall not be backfilled prior to inspection and approval of the ENGINEER.
3.11
A.
3.12
ANODE TEST STATION
Locate the Anode Test Stations as indicated by the Drawings. A legend shall be located
inside the cap of the test terminal of the abbreviations of the cable identification tags, the
foot station and the type of test station
WRAPPING INSULATING JOINT ASSEMBLIES
A.
All underground assemblies that have been installed with insulating joint(s) shall be
wrapped with wax tape in accordance with the manufacturer’s instructions.
B.
The wrapping shall cover all the fitting(s) and extend at least one pipe diameter beyond
each end of the fitting(s) to be wrapped.
C.
A minimum of three wraps of wax tape shall be used to cover the required wrap area.
3.13
CABLE CONNECTIONS
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 10
CATHODIC PROTECTION
11/30/11
A.
3.14
After installation, all cable connections shall be tested at the test station locations, by the
CONTRACTOR, to ensure that they meet the requirements of the Contract Documents.
EXOTHERMIC WELDS
A. Exothermic welds shall be tested by the CONTRACTOR for adherence to the pipe or
casing and for electrical continuity between the pipe or casing and cables. A 22-ounce
hammer shall be used for adherence testing by striking a blow to the weld. Care shall be
taken to avoid hitting the cables.
3.15
INSULATING JOINT TESTING
A.
Insulating flange kits shall be installed to effectively isolate metallic piping from foreign
metallic structures, piping of different materials, linings or coatings or structures for
which monitoring and/or cathodic protection is not required. The CONTRACTOR shall
test the performance of these insulating flange kits prior to backfill. Testing shall be
performed using a Gas Electronics Model No. 601 Insulation Checker or approved equal.
Any insulating flanges which are not functioning as indicated by the test data and verified
by the ENGINEER shall be considered deficient and shall be repaired and retested at the
CONTRACTOR'S expense.
B.
After the electrical isolation of the insulating dresser coupling and new piping has been
confirmed to be electrically isolated from the existing pump station piping, the existing
24-inch WS L/C spool on the exterior side of the pump station shall be coated with
cement mortar.
3.16
A.
3.17
A.
JOINT BOND TESTING
After installation, all joint bonds shall be tested for effectiveness. The testing shall be
performed prior to backfill of the pipe and shall be verified upon completion of
backfilling operations. Prior to backfilling, current shall be circulated through the pipe
and the measured resistance shall be compared to the theoretical resistance of the pipe and
bond cables. The resistance measured shall not exceed 150 percent of the theoretical
resistance.
SYSTEM CHECK-OUT
Upon completion of the installation, the CONTRACTOR shall provide testing at the
CONTRACTOR'S expense of the system by a qualified corrosion engineer to ensure
compliance with the Contract Documents. The testing shall be conducted in the presence
of the ENGINEER. The testing shall include, but not be limited to the following, at the
discretion of the ENGINEER, measurement of all anode currents and potentials,
potentials of metallic pipelines/appurtenances prior to and after connection of anodes.
Measurements shall be made at all test station locations. Any deficiencies of systems
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 11
CATHODIC PROTECTION
11/30/11
tested shall be reported to the ENGINEER and retesting of systems and repairs to the
systems shall be at no additional cost to the OWNER.
END OF SECTION
CIVIC CENTER NORTH AND JOHN DUCKET PS GENERATOR REPLACEMENT
7970.16640.doc
16640 - 12
CATHODIC PROTECTION
11/30/11
APPENDIX A
ENGINE GENERATOR LOADING SCHEDULE
APPENDIX A
CIVIC CENTER ENGINE-GENERATOR LOADING SCHEDULE
Start Order
Worst Case
4
2
3
5
1
Description
Generator
Connected
Type
Drive
Duty
Factor
VFD
VFD
VFD
VFD
N/A
1
1
1
1
0.80
Notes
Load
PUMP 1
PUMP 2
PUMP 3
PUMP 4
TRANSFORMER (480-120/240)
20 HP
10 HP
10 HP
20 HP
10 KVA
1,2,3
1,2,3
1,2,3
1,2,3
NOTES:
1. 3% line reactor installed ahead of VFD.
2. Motor starts will be staggered so there is a minimum delay of 5 seconds between
successive starts.
3. Each motor has a VFD with an automatic bypass contactor. Under normal
circumstances the motors will start using the VFD. If there is a problem with the
control system or VFDs, the motors are hardwired to start in the worst case order using
the bypass contactors.
JOHN DUCKETT ENGINE-GENERATOR LOADING SCHEDULE
Start Order
Worst Case
2
3
1
Description
Generator
Connected
Type
Drive
Duty
Factor
VFD
VFD
N/A
1
1
0.80
Notes
Load
PUMP 1
PUMP 2
TRANSFORMER (480-208Y/120)
100 HP
100 HP
15 KVA
1,2,3
1,2,3
NOTES:
1. 3% line reactor installed ahead of VFD.
2. Motor starts will be staggered so there is a minimum delay of 5 seconds between
successive starts.
3. Each motor has a VFD with an automatic bypass contactor (autotransformer). Under
normal circumstances the motors will start using the VFD. If there is a problem with
the control system or VFDs, the motors are hardwired to start in the worst case order
using the bypass contactors.
APPENDIX B
BAY AREA AIR QUALITY
MANAGEMENT DISTRICT
Authority to Construct