You are on page 1of 470

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.

docx Rev 01/2015


ii
TABLE OF CONTENTS

Page

NOTICE TO CONTRACTORS..................................................................................... 1
INSTRUCTIONS TO BIDDERS ................................................................................... 5
PROPOSAL FORM ..................................................................................................... 9
BID SHEET ................................................................................................................. 11
BIDDER'S BOND ........................................................................................................ 15
CONTRACTOR QUALIFICATIONS ............................................................................ 17
DESIGNATION OF SUBCONTRACTORS .................................................................. 19
NON-COLLUSION AFFIDAVIT FOR CONTRACTOR OR SUBCONTRACTOR .......... 21
NONDISCRIMINATION CLAUSE................................................................................ 23
CONTRACT ................................................................................................................ 25
FAITHFUL PERFORMANCE BOND ........................................................................... 31
PAYMENT (LABOR AND MATERIALS) BOND ........................................................... 33
CONTRACTOR QUALIFICATION QUESTIONNAIRE ................................................ 35
CONTRACT CHANGE ORDER NO. ........................................................................... 41

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
i
SECTION A: SPECIAL PROVISIONS

1. Location of Work A-1


2. Scope of Work A-1
3. Pre-Construction Conference A-1
4. Underground Utilities A-1
5. Materials and Tests A-1
6. City Furnished Materials A-2
7. Water A-2
8. Sequence of Construction to Maintain Traffic A-2
9. Construction on Private Property A-2
10. Watermain Tie-Ins A-2
11. As-Built Drawings A-3
12. Hazardous Waste in Excavation A-3

SECTION B: GENERAL PROVISIONS

1. Definitions and Terms B-1


2. Proposal Requirements and Conditions B-11
3. Award and Execution of Contract B-15
4. Scope of Work B-17
5. Control of Work B-23
6. Control of Materials B-31
7. Legal Relations and Responsibilities B-43
8. Prosecution and Progress B-87
9. Measurement and Payment B-100

SECTION C: WAGE AND EQUIPMENT RATES

1. Prevailing Wage Rates C-1


2. Payroll Records C-1
3. Equipment Rental Rates C-2

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
ii
SECTION D: TECHNICAL SPECIFICATIONS

Division 1 General Requirements


01 00 25 Measurement and Payment
01 11 00 Summary of Work
01 11 20 Site Conditions
01 14 00 Work Sequence and Constraints
01 31 19 Project Meetings
01 32 00 Construction Schedule
01 33 00 Submittals
01 34 00 Requests for Information and Clarifications
01 35 24 Project Safety Requirements
01 50 00 Construction Facilities and Utilities
01 57 19 Environmental Controls
01 61 00 Materials and Equipment
01 71 13 Mobilization and Demobilization
01 75 17 Equipment and System Testing
01 77 00 Contract Closeout Procedures
01 78 39 Record Drawings
01 89 00 Restoration of Improvements
Division 2 Site Construction
02 20 00 Site Preparation
02 30 00 Subsurface Investigations
02 42 00 Demolition and Abandonment
02 42 13 Recyclable Materials
Division 3 Concrete
03 30 00 Cast-in-Place Concrete
03 60 00 Grout
Division 5 Metals
05 50 00 Miscellaneous Metal
Division 9 Finished
09 96 00 Coating Systems
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
iii
Division 26 Electrical
26 05 00 Common Work for Electrical
26 05 73 Electrical System Analysis
Division 31 Earthwork
31 00 00 Earthwork
31 01 10.58 Disinfection of Potable Water Lines
31 23 16.13 Trenching
31 23 23.33 Controlled Low Strength Material
31 50 00 Excavation Support and Protection
Division 40 Process Integration
40 50 51 General Requirements for Valves
40 05 57.23 Electric Motor Valve Actuators (Information Only)
40 05 64 Butterfly Valves (Information Only)
40 05 65 V-Port Ball Valves (Information Only)
40 23 00 Piping Systems
40 81 00 Testing Pressure Piping

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
iv
CITY OF VALLEJO
DEPARTMENT OF PUBLIC WORKS
WATER DIVISION

NOTICE TO CONTRACTORS

NOTICE IS HEREBY GIVEN THAT SEALED BIDS will be received at the office of the City
Clerk, third (3rd) floor, City Hall, Vallejo, California, during the business hours of 8:30 AM
through 5:00 PM, Monday through Friday, holidays excepted, until the hour of 2:00 p.m. on
January 26, 2017, at which time they will be publicly opened and read aloud in the City
Council's Chamber, second (2nd) floor of said City Hall for

FINISHED WATER PUMP STATION ELECTRIFICATION PHASE 1 Project No. WT7074,


City of Vallejo, County of Solano, California according to the drawings and specifications
prepared by West Yost Associates.

The work to be done includes: Removal of section of 30 CMLC pipe, 30x20 Tee, sections
of 24 CMLC pipe, abandoned section of 12 pipe encased in concrete, section of 42
CMLC pipe, 24x24 Tee, flowmeters and other fittings. Installation of two (2) 24 butterfly
valves with on/off actuator each, one (1) 30 buried butterfly valve and one (1) 42 buried
butterfly valve with 42x30 Tee, one (1) 24 butterfly valve, and one (1) 12 V-port ball
valve with modulating electrical actuator, removal and/or replacement of other tees and
fittings, installation of 800A manual transfer switch and related generator plug receptacle,
three (3) cast-in-place vaults for valves operated by actuators, and the removal and
replacement of pipe as required. The bidder shall include in his bid and provide all labor,
tools and materials for a complete and working project in conformance with the intent
shown on the drawings and specified herein.

Bids are required for the entire work described herein. A pre-bid conference will be held
January 19, 2017 at 2:00 p.m., in the Fleming Hill WTP Conference Room, 202 Fleming
Hill Road, Vallejo, CA 94589, Vallejo, California. This meeting is to inform bidders of
project requirements and subcontractors of subcontracting and material supply
opportunities.

Time of completion of the work is 60 working days from the date of issuance of the
Notice to Proceed work by the City.

No bid will be received unless it is made on the proposal forms included in these proposed
Contract Documents. Each bid must be accompanied by cash, a cashier's check, certified
check or bidder's bond made payable to the City of Vallejo in the amount of ten percent
(10%) of the total bid amount. Bid bonds shall be issued by a corporate surety duly
admitted and authorized to issue bonds and undertakings by the State of California and on
the form provided by the City of Vallejo.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
1
Pursuant to Section 1700, and following, of the California Labor Code, the Contractor shall
pay not less than the prevailing rate of per diem wages as determined by the Director of the
California Department of Industrial Relations. Copies of such prevailing rate of per diem
wages are on file at the office of the City of Vallejo, Department of Public Works, 555 Santa
Clara Street, 4th Floor, Vallejo, CA 94590 5934. Those copies shall be made available to
any interested party upon request. The Contractor shall forfeit, as penalty to the City of
Vallejo, Fifty Dollars ($50.00) for each calendar day or portion thereof, for each workman
paid less than the stipulated prevailing rates for any work done under the contract by it or
by any subcontractor under it, in violation of the provisions of such Labor Code.

The Contractor shall post a copy of the general prevailing rates per diem wages in a
conspicuous place at the job site forthwith upon undertaking the public work called for
herein. The Contractor shall also keep an accurate certified payroll record in accordance
with requirements set forth in Section 1776 of the Labor Code of the State of California and
these Contract Documents.

No contractor or subcontractor may be listed on a bid proposal for a public works project
unless registered with the State of California Department of Industrial Relations pursuant to
Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes
only under Labor Code section 1771.1(a)].

No contractor or subcontractor may be awarded a contract for public work on a public


works project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5.

This project is subject to compliance monitoring and enforcement by the Department of


Industrial Relations. All contractors and subcontractors must furnish electronic certified
payroll records directly to the Labor Commissioner (aka Division of Labor Standards
Enforcement).

Bidders are advised that this project is subject to all federal, state and local
nondiscrimination laws including Vallejo Municipal Code sections 2.72.030 and 2.72.040.

Proposed Contract Documents may be examined at:

Bay Area Builders Exchange (Alameda_ Solano-Napa Builders Exchange


3055 Alvarado St., 135 Camino Dorado
San Leandro, CA 94577 Napa, CA 94558

Bay Area Builders Exchange (Contra Costa) Sacramento Builders Exchange


2440 Stanwell Drive 1331 T Street
Concord, CA 94520 Sacramento, CA 95814

San Francisco Builders Exchange North Coast Builders Exchange


850 So. Van Ness Avenue #13 1030 Apollo Way
San Francisco, CA 94110 Santa Rosa, CA 95407

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
2
Marin Builders Association Small Business Exchange
660 Las Gallinas Avenue 703 Market Street, Suite 1000
San Rafael, CA 94903 San Francisco, CA 94103

Peninsula Builders Exchange Placer County Builders Exchange


735 Industrial Road #100 231 Cherry Avenue, Suite 101
San Carlos, CA 94070 Auburn, CA 95603-4840

Builders Exchange of Santa Clara Nor-Cal Bidders Exchange


400 Reed Street 4740 East Second Street #29
Santa Clara, CA 95050 Benicia, CA 94510

Construction Bidboard McGraw Hill-Dodge Plan Room


4420 Hotel Circle Court #215 4020 Lennane Dr Bldg 2 Suite 104
San Diego, CA 92108 Sacramento, CA 95834-1987

The Plans, Specifications, Contract Documents and proposal forms may be obtained at the
office of the Utilities/Public Works Director, City Hall, 4th Floor, 555 Santa Clara Street,
Vallejo, California, with a charge of fifty dollars ($50), which is not refundable.

Documents are also available online at www.cityofvallejo.net. Interested bidders may


register as Planholders (only Planholders receive information regarding addenda, and other
notices from the City) online via the City website (at no cost) or upon purchase of plans and
specifications from the City. Users of documents posted on the internet in electronic form
are cautioned that the City of Vallejo does not assume any liability or responsibility based
on these electronic files for any defective or incomplete copying, excerpting, scanning,
faxing or downloading of the contract documents.

Complete sets of documents shall be used in preparing Bids; neither City nor Engineer
assumes any responsibility for errors or misinterpretations resulting from the use of
incomplete sets of documents.

The bid bonds for the three acceptable lowest bidders shall be retained until the City
Council has awarded a contract to the successful bidder. All other bidder's bonds shall be
returned to the bidder.

Pursuant to Section 22300 of the Public Contract Code, the Contractor may substitute a
deposit of securities in lieu of the City of Vallejo withholding any monies to ensure
Contractor's performance under the Contract, or alternatively, request that the City of
Vallejo make payment of retentions earned directly to an escrow agent at the expense of
Contractor. The provisions of Public Contract Code section 22300 are incorporated herein
by reference as though set forth in full, and shall govern the substitution of securities and/or
escrow account.

The City of Vallejo reserves the right to reject any or all bids or portions thereof, to accept a
bid or portion thereof or to waive any minor irregularity.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
3
Bidders and Contractor shall be licensed in accordance with the provisions of Chapter 9,
Division III, of the Business and Professions Code, Section 7000 et seq., known as the
Contractors License Law. The license classification required for this project is A.

DAWN G. ABRAHAMSON
City Clerk

Dated:

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
4
CITY OF VALLEJO
DEPARTMENT OF PUBLIC WORKS
WATER DIVISION

INSTRUCTIONS TO BIDDERS

1) All portions of the proposal form must be completed before the bid is submitted.
Failure to do so may result in the bid being rejected as non-responsive. Attached to
and submitted with the proposal form, bidder must provide the completed:

(a) Contractor Qualifications,

(b) Designation of Subcontractors,

(c) Non-Collusion Affidavit for Contractors or Subcontractor,

(d) Non-Discrimination Clause,

(e) The appropriate bid security.

(f) Addenda, if any

Failure to submit all required documents may result in the bid being rejected as non-
responsive.

2) An original of the proposal form shall be filled in and submitted as the bid.

3) Sealed bids will be addressed to:


Dawn G. Abrahamson, City Clerk
555 Santa Clara Street
P.O. Box 3068
Vallejo, California 94590

4) City of Vallejo has obtained report(s):

(a) Geotechnical Investigation, Vallejo Pump Station Improvement Project,


Vallejo.

The report(s) may contain facts that may materially affect bidders' bids.

The technical data may contain facts that may materially affect Bidders' bids.
Bidder is responsible for any interpretation or conclusion Bidder draws from any
technical data or any other data, interpretations, opinions, or information contained
in such reports or shown or indicated in such drawings.

In addition, City of Vallejo has constructed other public works projects throughout
the City, and obtained reports and other information in the course of the design and

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
5
construction of those other public works construction projects, all of which may
contain facts that may materially affect bidders' bids. Bidders are strongly
encouraged to inspect all of City's reports, records and documents referred to
above. Said reports and documents will be made available upon written request at
City of Vallejo Public Works Counter, 4th Floor City Hall for inspection and copying at
bidders' sole cost and expense, during normal working hours.

5) Written questions will be the only questions that receive an official response from the
City. Written questions may be submitted:

a) By Fax (707) 648-4060; or

b) By E-mail to the Project Manager:


Victor Gonzalez, victor.gonzalez@cityofvallejo.net

c) By Letter addressed to:


FINISHED WATER PUMP STATION ELECTRIFICATION
PHASE 1 Project No. WT7074
City of Vallejo Water Division
202 Fleming Hill Rd.
Vallejo, CA 94589

Bidders are advised that oral or written communication from the City not in the form
of an official addendum do not alter the bid plans or specifications.

6) The cut off time for submission of bid questions is 5:00 P.M. (Pacific Time) on
Wednesday, November 9, 2016. Any questions received after this time will not be
responded to.

7) A pre-bid conference will be scheduled at the site of the work after the cut off date
for bid questions. All bidders, subcontractors, material suppliers and others who
may be working on the work of improvement are strongly encouraged to attend this
pre-bid conference. Due to the facts and circumstances of this particular project, the
pre-bid conference may be the only opportunity to conduct the pre-bid investigation
of the site and satisfy the pre-bid obligations set forth in these Contract Documents.
If a bidder (or others) attend the entirety of a scheduled pre-bid conference and
need additional time to complete their investigation of the site or other pre-bid
obligations set forth in these Contract Documents, bidder must notify the City in
writing, via certified or registered mail, no less than two work days after the
scheduled pre-bid conference, to request additional time. The written request must
include an estimate of the amount of additional time required by bidder.

8) Following the public opening of bids, the City may request in writing that the
apparent low bidder complete the Contractor Qualification Questionnaire included in
these Contract Documents and furnish all required supporting documentation to
enable the City to determine whether the apparent low bidder is responsible and/or
qualified to perform the work described in the Contract Documents. By submission

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
6
of a bid, bidder agrees to complete the Contractor Qualification Questionnaire,
furnish all required attachments, sign the Contractor Qualification Questionnaire, all
in strict conformance with the requirements of the Contract Documents and
Contractor Qualification Questionnaire, and return to the City within five (5) working
days of City's written request. If bidder fails or refuses to complete the Contractor
Qualification Questionnaire, furnish all required attachments, sign the Contractor
Qualification Questionnaire, and return it to the City within five (5) working days of
City's written request, bidder will not be considered for award of the contract, and
further, bidder agrees that the City may award the Contract to another bidder or call
for new bids. In such event, the bidder shall be liable to the City for the difference
between the amount of the disqualified bid and the larger amount for which the City
procures the work plus all of the City's costs, damages, expenses and liabilities.

9) If for any reason the City elects to not award the contract to the apparent low bidder,
the City may request in writing that the apparent second lowest bidder complete the
Contractor Qualification Questionnaire and furnish all required supporting
documentation as required by the preceding paragraph, to enable the City to
determine whether the second low bidder is qualified to perform the work described
in the Contract Documents. If for any reason the City elects to not award the
contract to the apparent second lowest bidder, the City may request the third lowest
bidder complete the Contractor Qualification Questionnaire and furnish all required
supporting documentation, and so on.

10) If the City receives from a bidder within the time set forth in these Contract
Documents, a complete Contractor Qualification Questionnaire and all required
supporting documentation as required by the Contract Documents, and if the City
determines that a bidder is not qualified to perform the work required by the Contract
Documents, and if the City elects to not award the Contract to that bidder, the City
will promptly return that bidder's bid security.

11) Bid Protests - Only Bidders may protest Bids. All Bid protests must be submitted in
writing along with a non-refundable $2,500.00 Bid protest fee.

a) All Bid protests must be addressed to Director, Public Works Department,


City of Vallejo, 555 Santa Clara Street, P. O. Box 3068, Vallejo, CA 94590 re:
FINISHED WATER PUMP STATION ELECTRIFICATION PHASE 1 Project
No. WT7074 and received, by said Director along with the non-refundable Bid
protest fee, by the Bid Protest Deadline. The Bid protest submitted to the
Director shall include one original and two complete copies. The original Bid
protest and two complete copies shall be transmitted to the Director via
certified mail, return receipt, or hand delivery.

b) The Bid Protest Deadline shall be the earlier of any of the following that may
apply:

(i) If the Bid protest is based on the responsiveness of a particular Bid or


the responsibility of a particular Bidder, the Bid Protest Deadline is

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
7
5:00 p.m. on the 4th business day after the Bid opening;

(ii) If the Bid protest is based on the City's determination that a Bid is not
responsive or a Bidder is not responsible, then the affected Bidder's
Bid Protest Deadline is 5:00 p.m. on the 4th business day after the
date of the City's notice to the affected Bidder.

c) Additionally, the following shall apply to all Bid protests:

(i) The written bid protest must state all facts and each legal basis for the
protest.

(ii) The written bid protest must specifically identify each portion of each
document that forms the basis for the protest and include a copy of
each document.

(iii) The protest must include the name, address and telephone number of
the person representing the protesting party.

(iv) Before the Bid Protest Deadline, the Bidder protesting a Bid shall
transmit to all other parties having a potential interest that may be
adversely affected by the outcome of the protest, a complete copy of
the Bid protest and all supporting documents, including but not limited
to all other Bidders who may have a reasonable prospect of losing or
obtaining an award of the Contract depending on the outcome of the
protest.

(v) The procedures and time limits set forth in this section for Bid Protests
are strictly construed and are Bidder's sole and exclusive remedy in
the event of a Bid protest. Bidders' failure to strictly comply with these
procedures and time limits shall constitute a waiver of any right to
further pursue the Bid protest, including but not limited to, the filing of
a Government Code Claim or legal proceedings.

(vi) A Bidder may not rely on a Bid protest submitted by another Bidder,
but must timely pursue its own Bid protest.

12) Liquidated damages that may be assessed by City of Vallejo for late completion is
FIVE THOUSAND DOLLARS ($5,000.00) for each calendar day delay.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
8
CITY OF VALLEJO
DEPARTMENT OF PUBLIC WORKS
WATER DIVISION

PROPOSAL FORM

FOR THE

FINISHED WATER PUMP STATION ELECTRIFICATION PHASE 1


Project No. WT7074

TO: The Honorable Mayor and City Council


City of Vallejo
Vallejo, California 94590

Name of Bidder:

Business Address:

Place of Residence:

Any person or entity submitting a bid on this project to engage in the business or act in the
capacity of a contractor shall be licensed as a contractor in accordance with the provisions
of Division 3, Chapter 9 of the California Business and Professions Code.

Contractor's License No.: Expiration Date:

Contractor's Classification:

Name on Contractor's License:

DIR Registration No. Expiration Date:

City of Vallejo Business License Number:

Business Address:

Phone: Fax:

E-mail:

Place of Residence:

Phone:

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
9
The work to be done consists of:

Removal of section of 30 CMLC pipe, 30x20 Tee, sections of 24 CMLC pipe, abandoned
section of 12 pipe encased in concrete, section of 42 CMLC pipe, 24x24 Tee,
flowmeters and other fittings. Installation of two (2) 24 butterfly valves with on/off actuator
each, one (1) 30 buried butterfly valve and one (1) 42 buried butterfly valve with 42x30
Tee, one (1) 24 butterfly valve, and one (1) 12 V-port ball valve with modulating electrical
actuator, removal and/or replacement of other tees and fittings, installation of 800A manual
transfer switch and related generator plug receptacle, three (3) cast-in-place vaults for
valves operated by actuators, and the removal and replacement of pipe as required.

The undersigned, as bidder, declares that the only persons or parties interested in this
proposal as principals are those named herein; that this proposal is made without collusion
with any other person, firm, or corporation; that he/she has carefully examined the location
of the proposed work, the annexed proposed form of contract, and the plans therein
referred to, and all of the Contract Documents; and he/she proposes and agrees if this
proposal is accepted, that he/she will contract with the City of Vallejo, in the form of the
copy of the contract annexed hereto, to provide all necessary labor, materials, machinery,
tools, apparatus and other means of construction, and to do all the work and furnish all the
materials specified in the Contract, in the manner and time therein prescribed, and
according to the requirements of the Engineer as therein set forth, and that he/she will take
in full payment therefore the following item prices, to wit:

NOTE: The quantities following are approximate only and will be used as a basis for the
comparison of bids.

An (s) listed after a Bid Schedule description item, if any, indicates items that are
considered "Specialty Items" as defined in Section 8-1.01 of the General Provisions.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
10
CITY OF VALLEJO
DEPARTMENT OF PUBLIC WORKS
WATER DIVISION

BID SHEET

FOR THE

FINISHED WATER PUMP STATION ELECTRIFICATION PHASE 1


Project No. WT7074

ITEM ESTIMATED TOTAL


DESCRIPTION OF ITEM QUANTITY UNIT UNIT PRICE
No. AMOUNT

Mobilization/Demobilization
1 (incl. erosion control) 1 LS $ $

Traffic Control
2 1 LS $ $

Sheeting, Shoring, and Bracing


3 1 LS $ $

Verification of Existing Utilities and


4 1 LS $ $
Facilities

Valve A Vault
5 1 LS $ $

Valve B Vault
6 1 LS $ $

Valves C & D Installations


7 1 LS $ $

Valves F-BFV & F-Vport Vault


8 1 LS $ $

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
11
ITEM ESTIMATED TOTAL
DESCRIPTION OF ITEM QUANTITY UNIT UNIT PRICE
No. AMOUNT

Discharge Header Connection


9 (Future Valve E) 1 LS $ $

Pressure Testing and Disinfection


10 1 LS $ $
of Pipe

Installation of Manual Transfer


11 Switch and Generator Point of 1 LS $ $
Connection

12 Electrical System Analysis 1 LS $ $

TOTAL BID SUMMARY

Total Bid $
(IN FIGURES)

Total Bid Dollars


(IN WORDS)

BIDDERS SIGNATURE

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
12
The Contract, if it is awarded, shall be awarded to the Contractor submitting the lowest total
bid that complies with these Contract Documents.

In case of discrepancy between the unit prices and the total amount, the unit prices shall
prevail, except as provided in (a) or (b), as follows:

(a) If the amount set forth as a Unit Price for a said item is not readable or otherwise not
clear, or is omitted, or is the same amount as the entry in the Total Amount column,
then the amount set forth in the Total Amount column for the line item shall prevail
and shall be divided by the Estimated Quantity for the said item and the price thus
obtained shall be the Unit Price amount.

(b) (Decimal Errors) If the total of the entered Unit Price multiplied by the given
Estimated Quantity is exactly off by a decimal factor (i.e., ten, one hundred, etc. or,
one-tenth, one-hundredth, etc.) from the entered Total Amount, the discrepancy will
be resolved by using the entered Unit Price or entered Total Amount, whichever
most closely approximates (by percentage) the Unit Price or Total Amount in the
City -Engineer's Cost Estimate.

(c) In order for a bid to be valid, all aspects of the Bid Sheet must be filled out
completely. An incomplete Bid Sheet is grounds for bid reject.

The City of Vallejo desires wherever possible to hire qualified City of Vallejo residents to
work on City projects. Contractors, subcontractors, consultants, and developers will,
wherever possible, solicit proposals from qualified local firms and will, wherever possible,
employ qualified local residents to work on City projects.

The bidder agrees that if the bidder is selected as the apparent lowest responsible bidder,
and the bidder fails to sign the Contract and furnish the Performance Bond, the Payment
Bond, Certificates of Insurance, and other required items within the time limit specified in
the Contract Documents, the City of Vallejo may award the work to another bidder or call
for new bids. In such event, the bidder shall be liable to the City for the difference between
the amount of the disqualified bid and the larger amount for which the City procures the
work plus all of the Citys costs, damages, expenses and liabilities arising from bidder's
failure to sign the Contract and/or furnish the required documents.

Bidder declares that he/she/it has not accepted any bid from any subcontractor or vendor
through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the
bidder from considering any bid from any subcontractor which is not processed through
said bid depository or which prevent any subcontractor or vendor from bidding to any
contractor who does not use the facilities of or accept bids from or through such bid
depository.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
13
ACCOMPANYING THIS PROPOSAL is

(in an amount of ten percent (10%) of the total bid)

NOTICE: Insert the words CASH ($ ), CASHIER'S CHECK, BIDDER'S


BOND, or CERTIFIED CHECK, as the case may be.

THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS


PRINCIPALS ARE AS FOLLOWS:

IF THE BIDDER OR OTHER INTERESTED PERSON is a corporation, state legal name of


corporation and state where incorporated, also names of the President, Secretary,
Treasurer, and Manager thereof; if a co-partnership, state true name of firm, also names of
all individual co-partners composing the firm; if bidder or other interested person is an
individual, state first and last names in full.

LICENSED IN ACCORDANCE WITH THE CONTRACTORS' LICENSE LAW OF THE


STATE OF CALIFORNIA (BUSINESS AND PROFESSIONS CODE) SECTION 7000 et
seq. PROVIDING FOR THE REGISTRATION OF CONTRACTORS,
License No.:

Sign Here:

(Printed or typed name of Bidder)

Dated:

NOTE: If the bidder is a corporation or a co-partnership, the legal name of the firm shall
be set forth above, together with the signature of the officer or partner authorized to sign
contracts for the firm.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
14
CITY OF VALLEJO
DEPARTMENT OF PUBLIC WORKS
WATER DIVISION

BIDDER'S BOND

KNOW ALL MEN/WOMEN BY THESE PRESENTS,

THAT we,

, as Principal, and

as Surety, are held and firmly bound unto the City of Vallejo, hereinafter called CITY, in the
penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the
Principal above named, submitted by said Principal to the City of Vallejo, for the work
described below, for the payment of which sum in lawful money of the United States, well
and truly to be made, we bind ourselves, our heirs, administrators, and executors and
successors, jointly and severally, firmly by these presents; in the sum of:

THE CONDITION OF THIS OBLIGATION IS SUCH THAT,

WHEREAS, the Principal has submitted the above-mentioned bid to the City of Vallejo, for
certain construction specifically described as follows, for which bids are to be opened at
Vallejo, California, on January 26, 2017, for the:

Removal of section of 30 CMLC pipe, 30x20 Tee, sections of 24 CMLC pipe, abandoned
section of 12 pipe encased in concrete, section of 42 CMLC pipe, 24x24 Tee,
flowmeters and other fittings. Installation of two (2) 24 butterfly valves with on/off actuator
each, one (1) 30 buried butterfly valve and one (1) 42 buried butterfly valve with 42x30
Tee, one (1) 24 butterfly valve, and one (1) 12 V-port ball valve with modulating electrical
actuator, removal and/or replacement of other tees and fittings, installation of 800A manual
transfer switch and related generator plug receptacle, three (3) cast-in-place vaults for
valves operated by actuators, and the removal and replacement of pipe as required.

NOW, THEREFORE, if the aforesaid Principal is awarded the contract and within the time
and manner required under the Specifications, after the prescribed forms are presented to
him/her for signature, enters into a written contract, in the prescribed form, in accordance
with the bid, and files the two bonds with the City of Vallejo, one to guarantee faithful
performance and the other to guarantee payment for labor and materials, as required by
law, then this obligation shall be null and void; otherwise, it shall be and remain in full force
and virtue.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
15
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, we have hereunto set our hands and seals on this day
of , 20 .

Principal

Surety

Address

NOTES:

1. Signature of those executing for the Surety must be properly acknowledged.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
16
CITY OF VALLEJO
DEPARTMENT OF PUBLIC WORKS
WATER DIVISION

CONTRACTOR QUALIFICATIONS

This form must be completed, signed by bidder, and submitted to City of Vallejo with
bidders bid. Failure to complete, sign and submit with bidders bid may result in bidders
bid being rejected as not responsive.

City has determined that bidders must meet the following minimum qualifications to bid the
work of improvement contemplated herein:

1. Have possessed a valid, active and in good standing, State of California Department
of Consumer Affairs, Contractors License Board Classification A, for a minimum of
five (5) continuous years prior to the date of bid opening.

2. Not have any pending disciplinary proceedings or investigations by the Contractors


State License Board.

3. Have completed to the public owners satisfaction, no less than two (2) public works
projects in the State of California, each with an original contract price of no less than
$500,000 within the past five years prior to the date of bid opening.

4. Currently (as of the date of bid opening) or within the past five years, not have any
suspensions, disbarments, or similar proceedings (including stipulated agreements),
restricting, limiting or prohibiting bidder from bidding or performing other public
works for any other public agency.

I, being the (insert title) of bidder herein, declare


that bidder meets all of the minimum criteria set forth above.

Signature

Print Name

Date

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
17
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
18
DESIGNATION OF SUBCONTRACTORS

In compliance with the provisions of Section 4100 through 4114, inclusive, of the Public Contract Code, and any amendments thereto, each
bidder shall set forth in his or her bid, the name and location of the place of business of each subcontractor who will perform work or labor or
render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of
California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to
detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent (0.5%)of the prime contractor's
total bid, or ten thousand ($10,000) whichever is greater, and the dollar amount of the work which will be done by each subcontractor under
this act. The prime contractor shall list only one subcontractor for each portion as is defined by the prime contractor in his or her bid.
Prime Contractor Self Perform requirement is 50% (exclusive of specialty items). The Engineer shall use the Designation of Subcontractors
form to determine the percentage of contract work amount performed by the contractor.

NAME LOCATION OF CA CA DIR DESCRIPTION OF BID ITEMS DBE DBE DOLLAR AMOUNT
BUSINESS CONTR. REGIST. SUB WORK (Y/N) CERT. OF SUB WORK
LICENSE NO. NO. ($$$)
NO.

NOTICE TO BIDDERS: Listing of subcontractors is mandatory under Sections 4100-4113 of the California Public Contract Code. If this
form is incomplete or inaccurate, your bid may be rejected.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
19
DESIGNATION OF SUBCONTRACTORS

NAME LOCATION OF CA CA DIR DESCRIPTION OF BID ITEMS DBE DBE DOLLAR AMOUNT
BUSINESS CONTR. REGIST. SUB WORK (Y/N) CERT. OF SUB WORK
LICENSE NO. NO. ($$$)
NO.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
20
NON-COLLUSION AFFIDAVIT FOR CONTRACTOR OR SUBCONTRACTOR

STATE OF CALIFORNIA )
) ss
COUNTY OF )

declares and says:

1. That he/she is the (owner, partner, representative, or agent)


of
(hereinafter referred to as (contractor) or (subcontractor))

2. That he/she is fully informed regarding the preparation and contents of this proposal
for certain work in the City of Vallejo, State of California.

3. That his/her proposal is genuine and is not collusive or a sham proposal.

4. That any of its officers, owners, agents, representatives, employees, or parties in


interest, including this affiant, has not in any way colluded, conspired, connived or
agreed, directly or indirectly, with any other bidder, firm, or person to submit a
collusive or sham proposal in connection with such contract or to refrain to
submitting a proposal in connection with such contract, or has in any manner,
directly or indirectly, sought by unlawful agreement or connivance with any other
bidder, firm, or person to fix the price or prices in said proposal, or to secure through
collusion, conspiracy, connivance, or unlawful agreement any advantage against the
City of Vallejo or any person interested in the proposed contract; and,

5. That the price or prices quoted in the proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part
of the bidder or any of its agents, owners, representatives, employees, or parties in
interest, including this affiant.

I certify (or declare) under penalty of perjury, that the foregoing is true and correct.

Dated this day of , 20 , at , California.

Signed:

Title:

License Number
and Classification:

Expiration Date:

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
21
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
22
CITY OF VALLEJO
DEPARTMENT OF PUBLIC WORKS
WATER DIVISION

NONDISCRIMINATION CLAUSE

Contractor shall refrain from discriminatory employment practices on the basis of race,
religious creed, color, sex, national origin, ancestry, disability, medical condition, age,
marital status or sexual orientation of any employee of, or applicant for employment with,
Contractor.

Contractor further agrees as follows:

(a) That the Contractor shall not because of the race, religious creed, color, sex,
national origin, ancestry, disability, medical condition, age, marital status or
sexual orientation of any person, refuse to hire or employ any person, or to
bar or discharge any person from employment, or to discriminate against any
person in compensation, or in the terms, conditions, or privileges of
employment, and every employee shall receive equal opportunity for
employment and shall be granted equal treatment with respect to
compensation, terms, conditions, or other privileges of employment without
regard to his race, religious creed, color, sex, national origin, ancestry,
disability, medical condition, age, marital status or sexual orientation.

(b) That the Contractor shall post in conspicuous places where they may be
seen by every employee or applicant for employment notices, in such form as
shall be prescribed by the City Manager, the provisions set forth above.

(c) That the Contractor shall in all solicitations or advertisements for employment
applications include in such solicitation or advertisement language which will
reasonably convey notice that every qualified applicant will receive
consideration for employment without regard to his race religious creed,
color, sex, national origin, or ancestry, disability, medical condition, age,
marital status or sexual orientation.

(d) That the Contractor shall give written notice, in such form as shall be
prescribed by the City Manager, of the Contractor's commitments under this
contract to any labor union or employee association with which the
Contractor has a collective bargaining contract, or other employer - employee
labor agreement or understanding."

Contractor shall include the provisions of this Nondiscrimination Clause in every


subcontract, including subcontracts for the provision of materials or equipment.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
23
By submitting a bid, the Contractor agrees to comply with all the non-discrimination
provisions contained in the Vallejo Municipal Code.

BIDDERS SIGNATURE DATE

FINISHED WATER PUMP STATION ELECTRIFICATION PHASE 1


Project No. WT7074

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
24
CITY OF VALLEJO
PUBLIC WORKS DEPARTMENT
WATER DIVISION

CONTRACT
FOR

FINISHED WATER PUMP STATION ELECTRIFICATION PHASE 1


Project No. WT7074

THIS CONTRACT (Contract) made and concluded in duplicate this day of


, 20 , at Vallejo, California, by and between the City of Vallejo, a municipal
corporation of the State of California, acting by and through its City Council, hereinafter
called City, and , [enter type of entity] hereinafter called
CONTRACTOR.

WITNESSETH:

WHEREAS, the City Council of said City heretofore caused plans and specifications
for the work hereinafter mentioned to be prepared, and thereafter did approve and adopt
said plans and specifications; and,

WHEREAS, the City Council of said City did cause to be noticed for the time and in
the manner required by law a notice inviting sealed bids for the performance of said work;
and,

WHEREAS, Contractor, in response to such notice, submitted to the City Council of


said City within the time specified in said notice, and in the manner provided for therein, a
sealed bid for the performance of the work specified in said plans and specifications, which
said bid and proposal, and the other bids and proposals submitted in response to said
notice, the City Council of City, by and through its authorized representatives, publicly
opened and canvassed in the manner provided by law; and,

WHEREAS, Contractor was the lowest responsible bidder for the performance of
said work, and said City Council of City, as a result of the canvass of said bids, did
determine and declare Contractor to be the lowest responsible bidder for the work and
award to it a contract therefore.

NOW, THEREFORE, in consideration of the above, it is mutually agreed between


the parties hereto as follows, to wit:

1. SCOPE OF WORK

Removal of section of 30 CMLC pipe, 30x20 Tee, sections of 24 CMLC pipe,


abandoned section of 12 pipe encased in concrete, section of 42 CMLC pipe, 24x24
Tee, flowmeters and other fittings. Installation of two (2) 24 butterfly valves with on/off
actuator each, one (1) 30 buried butterfly valve and one (1) 42 buried butterfly valve with

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
25
42x30 Tee, one (1) 24 butterfly valve, and one (1) 12 V-port ball valve with modulating
electrical actuator, removal and/or replacement of other tees and fittings, installation of
800A manual transfer switch and related generator plug receptacle, three (3) cast-in-place
vaults for valves operated by actuators, and the removal and replacement of pipe as
required. The Contractor shall provide all labor, tools, and materials for a complete and
working project in conformance with the intent shown on the drawings and specified herein
and as provided for and set forth in said plans, specifications, and any addendum that may
be issued prior to the date of bid, or in either of them, which said plans and specifications
are hereby referred to by such reference, incorporated herein, and made a part of this
Contract.

The following documents shall constitute the Contract Documents:

(a) Notice to Contractors;


(b) Instructions to Bidders;
(c) Proposal Form;
(d) Plans;
(e) Specifications, special provisions;
(f) Change Orders thereto;
(g) Standard Specifications of the State of California, Business and
Transportation Agency, Department of Transportation, 2010 edition, Sections
10 through 95, all as modified herein;
(h) City of Vallejo Regulations and Standard Specifications for Public
Improvements, December 2011 edition;
(i) Vallejo Sanitation & Flood Control District Master Bid Document, dated March
2007;
(j) Any other documents identified as such in the Contract Documents.

2. TERMS AND CONDITIONS

This Contract consists of the Contract Documents identified as such, all of which are
incorporated herein by reference as though set forth in full, and all of which are part of this
Contract, and Contractor and City agree to comply with and fulfill all obligations, promises,
covenants and conditions imposed upon each of them in the Contract Documents. All of
said work done under this Contract shall be performed to the satisfaction of the City
Council, or its representative, who shall have the right to reject any and all materials and
supplies furnished by Contractor which do not strictly comply with said plans and
specifications, together with the right to require Contractor to replace any and all work
furnished by Contractor which shall not either in workmanship or material be in strict
accordance with said plans and specifications.

The said Contractor agrees to receive and accept the prices set forth in the proposal
as full compensation for furnishing all materials and for doing all the work contemplated and
embraced in this agreement, also for all loss or damage arising out of the nature of the
work aforesaid, or from the action of the elements or from any foreseen difficulties or
obstructions which may arise or be encountered in the prosecution of the work until its
acceptance by the City and for all risks of every description, connected with the work; also

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
26
for all discontinuance of work, and for well and faithfully completing the work, and the whole
thereof, in the manner and according to the Plans and Specifications and the requirements
of the Engineer under them.

By my signature as Contractor, I certify that I am aware of the provisions of Section


3700 of the Labor Code which require every employer to be insured against liability for
Worker's Compensation or to undertake self-insurance in accordance with the provisions of
that Code, and I will comply with such provisions before commencing the performance of
the work of this contract.

Pursuant to Section 1700, and following, of the California Labor Code, the
Contractor shall pay not less than the prevailing rate of per diem wages as determined by
the Director of the California Department of Industrial Relations. Copies of such prevailing
rate of per diem wages are on file at the office of the City Clerk, City of Vallejo, City Hall,
555 Santa Clara Street, Vallejo, California CA. Those copies shall be made available to
any interested party upon request. The Contractor shall forfeit, as penalty to the City, Fifty
Dollars ($50.00) for each calendar day or portion thereof, for each workman paid less than
the stipulated prevailing rates for any work done under the contract by it or by any
subcontractor under it, in violation of the provisions of such Labor Code.

City shall pay Contractor the sums set forth on Exhibit A, hereto, in accordance with
all of the terms and conditions of the Contract Documents.

The Contractor shall be permitted to substitute designated securities for any moneys
withheld by the City of Vallejo to insure performance under the Contract. This right of
substitution shall be exercised in the manner and subject to the conditions specified in the
Contract Documents. The provisions of Public Contract Code section 22300 are
incorporated herein by reference as though set forth in full, and shall govern the
substitution of securities and/or escrow account.

The person signing this Agreement for Contractor hereby represents and warrants
that he/she is fully authorized to sign this Agreement on behalf of Contractor.

SIGNATURES ARE ON THE FOLLOWING PAGE

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
27
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands and
affixed their seal the day and year first above written.

CITY OF VALLEJO, [TYPE IN CONTRACTORS NAME]


a municipal corporation [Type in type of entity]

By: By:
Jill A. Mercurio, P.E. [Type in name]
Interim Public Works Director [Type in title]

Attest: (Corporate Seal)


Dawn G. Abrahamson
City Clerk

(City Seal)

Approved as to Content:

Jill A. Mercurio, P.E.


Acting Assistant Public Works Director Water Division

Approved as to Form and Insurance

Claudia Quintana
City Attorney

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
28
EXHIBIT A

[BID SHEET TO BE INSERTED]

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
29
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
30
Bond Number:__________
Premium: __________
CITY OF VALLEJO
PUBLIC WORKS DEPARTMENT
WATER DIVISION

FAITHFUL PERFORMANCE BOND

KNOW ALL MEN/WOMEN BY THESE PRESENTS, that we,

, as Principal, and

, as Surety, are held and firmly bound unto the City of Vallejo, a
municipal corporation of the State of California, hereinafter called the City, in the penal sum
of DOLLARS ($ ), and no more, for the work
described below, for the payments of which sum in lawful money of the United States of
America well and truly to be made to the City of Vallejo, we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally, firmly by these presents as
herein above provided.

THAT WHEREAS, the Principal has entered into a contract with said City for the
construction of:

FINISHED WATER PUMP STATION ELECTRIFICATION PHASE 1


Project No. WT7074

NOW, THEREFORE, the condition of this obligation is such that if the above bounded
Principal shall in all things stand to abide by, and well and truly keep and perform the
covenants, conditions and agreements in the foregoing contract agreed on his/her or their
part to be kept and performed at the time and in the manner herein specified, and shall
indemnify and save harmless the City of Vallejo, its officers, agents and employees as
therein stipulated, then this obligation shall become null and void; otherwise, it shall remain
in full force and virtue to guarantee Contractors faithful performance of its obligations in the
Contract Documents, and Principal and Surety, in the event suit is brought on this bond, will
pay to the Obligee such reasonable attorneys' fees as may be fixed by the Court.

The Surety herein, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms and conditions of said
contract, or the specifications accompanying the same shall in any manner affect its
obligations on this bond, and said Surety does hereby waive notice of any such change,
extension, alteration or addition. Said Surety hereby waives the provisions of Section 2819
and 2845 of the Civil Code of the State of California.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
31
Faithful Performance Bond
Page 2

IN WITNESS WHEREOF, the above bounded parties have executed this Instrument under
their several seals this day of , 20 . The name and
corporate seal of each corporate party being hereto affixed and these presents duly signed
by its undersigned representative pursuant to authority of its governing body.

PRINCIPAL SURETY

SURETY INFORMATION:

Contact Person:

Name of Company:

Address:

Telephone: ( ) Fax no. : ( )

NOTE: (1) Signatures of those executing for the Surety must be properly
acknowledged.

(2) This Bond must be in an amount equal to 100% of the amount bid.

APPROVED AS TO FORM:

Claudia Quintana
City Attorney

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
32
Bond Number:__________
Premium: __________
CITY OF VALLEJO
PUBLIC WORKS DEPARTMENT
WATER DIVISION

PAYMENT (LABOR AND MATERIALS) BOND

KNOW ALL MEN/WOMEN BY THESE PRESENTS, that whereas, the City of Vallejo, a
municipal corporation of the State of California, acting through its City Council, has
awarded: hereinafter designated as the Principal, a contract for:

FINISHED WATER PUMP STATION ELECTRIFICATION PHASE 1


Project No. WT7074

AND WHEREAS, said Principal is required to furnish a bond in connection with said
contract, provided that if said Contractor, or any of his/her or its subcontractors, shall fail to
pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for
or about the performance of the work contracted to be done, or any work or labor done
thereon of any kind, or for amounts due under the Unemployment Insurance Code with
respect to such labor, the Surety of this bond will pay the same.

NOW, THEREFORE, we,

as Principal and ,

as Surety, are held firmly bound unto the City of Vallejo, a municipal corporation,
hereinafter called City, in the penal sum of
DOLLARS ($ ), and no more,
for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors, jointly and severally, firmly by these presents, as
herein provided.

The condition of this obligation is such that, if said Principal, or his/her or its
Subcontractors, shall fail to pay for any materials, provisions, provender or other supplies
or teams 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 for amounts due under the Unemployment
Insurance Code with respect to such work or labor, as required by the provisions of
California Civil Code, commencing with Section 9550, and providing that the persons,
companies or corporations so furnishing said materials, provisions, or other supplies,
appliances or power used in, for or about the performance of the work contracted to be
executed or performed, or any person, company, or corporation, renting, or hiring
implements, or machinery, or power, for, or contributing to said work to be done, or any
person who performs work or labor upon the same, or any person who supplies both work
and materials therefor, shall have complied with the provisions of said Title 15, the Surety,
or Sureties, hereon will pay the same in an amount not exceeding the sum specified in
his/her or its bond, and also, in case suit is brought upon this bond, a reasonable attorney's
fee to be fixed by the Court, then this obligation shall become null and void; otherwise, it
shall remain in full force and virtue.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
33
Payment (Labor and Materials) Bond
Page 2

This bond shall inure to the benefit of any and all persons, companies and corporations
entitled to file claims under Section 9100 of the Civil Code of the State of California so as to
give a right of action to them or their assigns in any suit brought upon this bond.

The Surety herein, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms and conditions of said
contract, or the specifications accompanying the same, shall in any manner affect its
obligation on this bond, and said Surety does hereby waive notice of any such change,
extension, alteration or addition.

IN WITNESS WHEREOF, the above bounden parties have executed this Instrument under
several seals this day of , 20 . The name and
Corporate Seal of each corporate party being hereto affixed and these presents duly signed
by its undersigned representatives, pursuant to authority of its governing body.

PRINCIPAL: SURETY:

SURETY INFORMATION:

Contact Person:

Name of Company:

Address:

Telephone: ( ) Fax no.: ( )

NOTE: (1) Signatures of those executing for the Surety must be properly
acknowledged.

(2) This Bond must be in an amount equal to 100% of the amount bid.

APPROVED AS TO FORM:

Claudia Quintana
City Attorney

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
34
CITY OF VALLEJO
DEPARTMENT OF PUBLIC WORKS
WATER DIVISION

CONTRACTOR QUALIFICATION QUESTIONNAIRE

If requested by City, bidder agrees to complete, sign and return this Contractor
Qualification Questionnaire, including all required supporting documentation, within five (5)
days of being requested by City. If bidder fails or refuses to complete the Contractor
Qualification Questionnaire, furnish all required attachments, sign the Contractor
Qualification Questionnaire, or return it to the City within five (5) days of Citys request,
bidder will not be considered for award of the contract, and further, bidder agrees that the
City of Vallejo may award the work to another bidder or call for new bids. In such event,
the bidder shall be liable to the City for the difference between the amount of the
disqualified bid and the larger amount for which the City procures the work plus all of the
City's costs, damages, expenses and liabilities.

Bidder shall fully and completely answer each question set forth below. If necessary
attach additional sheets. Print or type each response. If your response to any question is
"no" or "none," you must state "no" or "none." "Not applicable" or other similar response
will not be accepted.

1. State the full legal name of the bidder.

2. State the nature of the bidder's business entity. (Sole proprietorship, joint venture,
partnership, corporation, or other [describe]).

3. State the name and address of each person or other legal entity, which has a legal
or equitable ownership of ten percent (10%) or more of the bidder. For each such
person or legal entity, state that person or entity's ownership interest, title and
responsibilities, if any.

4. Has any person or legal entity holding a legal or equitable ownership of the bidder,
ever been accused of a civil violation of California Government Code section 12650,
et seq., (False Claims Act)? If so, describe in detail all facts, circumstances and the
outcome.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
35
5. Has any person or legal entity holding a legal or equitable ownership of ten percent
(10%) or more of the bidder, ever been determined by a public agency to not be a
responsible bidder? If so, state the name, address and telephone number of the
public agency, including the name of the agencies' contact person.

6. State the bidder's contractor's license number.

7. State the date bidder first began business.

8. State any other names that bidder has used or done business under in the past five
(5) years.

9. Describe in general, bidder's experience.

10. Has bidders ever failed to complete a construction contract?

11. Has bidder's control over a work of improvement, ever been terminated?

12. For each Removal of section of 30 CMLC pipe, 30x20 Tee, sections of 24 CMLC
pipe, abandoned section of 12 pipe encased in concrete, section of 42 CMLC pipe,
24x24 Tee, flowmeters and other fittings. Installation of two (2) 24 butterfly valves
with on/off actuator each, one (1) 30 buried butterfly valve and one (1) 42 buried
butterfly valve with 42x30 Tee, one (1) 24 butterfly valve, and one (1) 12 V-port
ball valve with modulating electrical actuator, removal and/or replacement of other
tees and fittings, installation of 800A manual transfer switch and related generator
plug receptacle, three (3) cast-in-place vaults for valves operated by actuators, and
the removal and replacement of pipe as required, that bidder has furnished labor,
services, materials or equipment in the past five years, state: the name of each
project; the contract amount for each project; the name, address and telephone
number of the owner and owner's representative, for each project; and a general
description of the work performed by bidder on each project.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
36
13. For every public work of improvement upon which bidder has furnished labor,
services, materials or equipment in the past five years, whether completed or not,
for which the bidder's original contract was greater than $1,000,000, but not more
than $5,000,000, state the name, address and telephone number of the owner and
principal designer (architect or engineer).

14. For every lawsuit or arbitration between bidder and the owner of any work of
improvement, limited to such lawsuits or arbitrations initiated or completed within the
past five (5) years, state the name and address of the tribunal, the matter number,
the parties, a general description of the nature of the dispute, and the outcome, if
any.

15. Has bidder ever been charged with a felony? If so, describe in detail all facts,
circumstances and the outcome, furnishing the name and address of the court in
which the charge(s) were filed, including the matter name and case number.

16. Has anyone ever alleged that bidder violated California Government Code section
12650, et seq., (False Claims Act)? If so, describe in detail all facts, circumstances
and the outcome.

17. Has bidder ever been accused of presenting false claims to a public agency or
public owner, as such claims are defined in California Government Code section
12650, et seq, or 31 United States Code section 3729, et seq.?

18. Has any public agency ever determined or ruled that bidder is not a responsible
bidder? If so, state the name, address and telephone number of the public agency,
including the name of the agencies' contact person.

19. Has any public agency ever issued a letter, ruling or determination debarring bidder
or anyone holding a legal or equitable interest in bidder, from bidding public works?
(This includes debarments that are simultaneously or subsequently suspended,
revoked or withdrawn.)

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
37
20. Has bidder ever entered into an agreement with any public agency, to not bid work
for that public agency?

21. Within the past seven (7) years, has bidder ever failed to complete a public works
construction project, within the time allowed by the contract, plus written agreed
upon contract time extensions? If so, state the name, address and telephone
number of the owner of such public works construction project including the name of
the agencies' contact person, and further, describe in detail the nature of the work of
improvement.

22. Has any surety ever paid or satisfied any claim on behalf of bidder?

23. Has any surety ever undertaken or been called upon to complete any project of
bidder?

24. For each project or work of improvement that bidder is either (a) currently furnishing
labor, services, materials or goods, or (b) under contract to furnish labor, services,
materials or goods, state: A general description of the project; the current status of
the project and bidder's work thereon; the owner's name, address and telephone
number; the amount of bidder's contract on such project.

25. State bidder's annual gross sales for each of the last five fiscal years.

26. If requested by City (as indicated below) attach a current financial statement. As
used herein, "current financial statement" means a balance sheet and profit and loss
statement prepared and presented in a format that complies with Generally
Accepted Accounting Principles (GAAP), covering a period of time that is no less
than the most recent fiscal year for bidder. If bidder's most recent fiscal year ended
more than six (6) months prior to the date when the Contract Documents require this
Contractor Qualification Questionnaire be completed and returned to City, then
"current financial statement" shall also include an interim balance sheet and profit
and loss statement covering the period of time from the end of bidder's most recent
fiscal year to a period of time no greater than sixty (60) days prior to the date when
the Contract Documents require this Contractor Qualification Questionnaire be
completed and returned to City.

CONTRACTOR MUST FURNISH: YES [ ] NO [X]

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
38
27. The following certification must be signed by an owner, general partner, or officer of
bidder.

I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE


OF CALIFORNIA, AND DO PERSONALLY CERTIFY AND ATTEST THAT: I HAVE
THOROUGHLY REVIEWED THE ATTACHED CONTRACTOR QUALIFICATION
QUESTIONNAIRE AND ATTACHMENTS, IF ANY, AND KNOW ITS CONTENTS,
AND SAID CONTRACTOR QUALIFICATION QUESTIONNAIRE AND
ATTACHMENTS, IF ANY, ARE TRUTHFUL, COMPLETE AND ACCURATE; AND
CITY OF VALLEJO MAY RELY UPON THE CONTENTS AS BEING TRUTHFUL,
COMPLETE AND ACCURATE; AND, FURTHER, THAT I AM FAMILIAR WITH
CALIFORNIA PENAL CODE SECTION 72 AND CALIFORNIA GOVERNMENT
CODE SECTION 12650, ET SEQ, PERTAINING TO FALSE CLAIMS, AND
FURTHER KNOW AND UNDERSTAND THAT SUBMISSION OR CERTIFICATION
OF A FALSE CLAIM MAY LEAD TO FINES, IMPRISONMENT AND/OR OTHER
SEVERE LEGAL CONSEQUENCES.

EXECUTED ON THE DATE INDICATED BELOW, AT THE LOCATION INDICATED


BELOW.

Dated: Bidder

By:

(Printed name of signor)

(Title of signor)

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
39
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
40
CITY OF VALLEJO
PUBLIC WORKS DEPARTMENT
WATER DIVISION

CONTRACT CHANGE ORDER NO.: DATE:

TO:

PROJECT: FINISHED WATER PUMP STATION ELECTRIFICATION PHASE 1


Project No. WT7074

FROM: CITY OF VALLEJO

This change order modifies and amends the provisions of that certain Contract dated
by and between the City and (Contractor).

REFERENCE: Contract Plans, Sheet No.


or other Plans attached

Contractor is hereby directed to make the following changes to the Work:

By signing this Change Order, Contractor understands and agrees that it is accepting the
specified sums and adjustment of contract time of completion (if any) set forth herein as
full, final and complete satisfaction of any and all claims by Contractor for all costs and
expenses of Contractor and anyone for whom Contractor may be responsible for the work
referred to herein, including but not limited to costs or expenses of the Contractor or any of
its subcontractors, materials suppliers, vendors or anyone else for whom Contractor is
responsible, for labor, materials, services or equipment, no matter how characterized,
whether known or unknown to Contractor, including but not limited to, all field and home
office overhead, delay costs/claims, acceleration costs/claims, unabsorbed or under-
absorbed home office overhead, extended field costs, general conditions, claim preparation
costs, inefficiencies, or the like, no matter how characterized. Contractor further
understands and agrees by signing this Change Order that any attempt by Contractor to
purportedly reserve rights to claim additional time or compensation for the work referred to
herein, is void.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
41
ADJUSTMENT OF CONTRACT TIME OF COMPLETION:

AGREED PRICE:

FORCE ACCOUNT

BASE CONTRACT PRICE:

PREVIOUS CONTRACT CHANGE ORDER:

NEW ADJUSTED CONTRACT PRICE:

EXCEPT AS SET FORTH ABOVE, ALL TERMS AND PROVISIONS OF THE CONTRACT
AND ALL PRIOR CHANGE ORDERS REMAIN IN FULL FORCE AND EFFECT.

RECOMMENDED:
NAME TITLE

Execution of this Change Order by both parties constitutes a binding agreement. This
document constitutes the entire agreement between the parties. The person signing this
Change Order for Contractor hereby represents and warrants that he/she is fully authorized
to sign this Agreement on behalf of Contractor.

ACCEPTED AND AGREED

Contractor: DATE
[Type in name and title]

City: DATE
CITY ENGINEER

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Frontend.docx Rev 01/2015
42
SECTION A - SPECIAL PROVISIONS

1. Location of Work Fleming Hill Water Treatment Plant, City of Vallejo, County of
Solano, State of California.

2. Scope of Work - For all work on this project the Contractor shall furnish all labor,
materials, tools, equipment, transportation, appliances and services required to
completely execute the work as set forth on the Contract Documents. The
subdivision of these specifications into divisions is not intended to strictly set forth or
limit the scope of any subcontractor and shall not relieve the Contractor of the
responsibility for executing all work on the project as a whole.

3. Pre-Construction Conference - The Contractor, Assistant Public Works Director -


Water and other interested parties shall meet at a pre-construction conference to be
scheduled after execution of the construction Contract and prior to the start of
construction. The purpose of this conference is to review job schedules, traffic
control, affirmative action, and to discuss various other aspects of the work and to
clarify procedures.

The Contractor shall submit the following to the Assistant Public Works Director -
Water by the date of the pre-construction conference:

A. Detailed CPM Construction Schedule for review.

B. Detailed Traffic Control Plan for review.

C. Detail Stage Construction and Traffic Handling Plan for review

D. All other material or required submittals for review. All submittals shall be in
writing.

E. "Notice" to homeowners, residents, commuters and/or affected parties for


review.

4. Underground Utilities - The Contractor shall locate all underground obstructions and
utilities - gas, electric, water lines, etc. Repair of damage of any utility lines shall be
made at the Contractor's expense. See applicable drawings, if any.

5. Materials and Tests -The Contractor shall furnish written laboratory reports from a
reputable testing or inspection agency acceptable to City of Vallejo, or written
certification from the manufacturer as to compliance with the Specifications as to the
composition, durability and performance of the all materials used in the project.
Certain specification sections may require special items or materials to be included
in the submittal.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_A_SP.docx
Rev 02/2009

A-1
6. City Furnished Materials - The City will furnish to the Contractor free of charge for
use under these Specifications the following materials:

a. Valve A 24-inch butterfly valve, with on/off actuator


b. Valve B 24-inch butterfly valve, with on/off actuator
c. Valve C 30-inch butterfly valve
d. Valve D 42-inch butterfly valve
e. Valve F-BFV 24-inch butterfly valve
f. Valve F-Vport 12-inch V-port ball valve, with modulating actuator

7. Water City of Vallejo will provide a connection for the supply of water at no cost to
the contractor, for the duration of construction.

8 Sequence of Construction to Maintain Traffic -The Contractor must submit a detailed


schedule of operations to the Engineer for review and acceptance prior to starting
work on the project.

See Traffic Control of these special provisions for compensation.

9. Construction Upon Private Property - The Contractor shall note that the work may
be performed on or in the vicinity of private property. The Contractor shall, at all
times, remove all litter, debris, and construction waste, minimize noise, dust,
standing water, vibrations, hazardous conditions and provide safe access to these
properties. The Contractor is prohibited from using any and all privately owned
utilities. The Contractor's materials and equipment shall not be stored upon private
property without written approval from the resident and/or owner.

Construction on private property during overtime, weekend, holiday or any other


irregular period shall be performed only when the Contractor has requested and
received written approval from the adjacent residents and the Assistant Public
Works Director - Water.

No separate payment shall be made for the above considerations. Full


compensation for the above construction restrictions shall be considered as included
in the price paid for the various items of work involved.

10. Watermain Tie-Ins - If a watermain tie-in is required, work shall conform to City
Standard Specification Section 4.3.9, "Connecting to Existing main" including, but
not limited to the following or as directed by the Engineer:

A. The Contractor is responsible for calling the City Maintenance Division at


(707) 648-4529 when they are ready to perform the tie-in, (Maintenance
requires 48 hours notice). The Maintenance Inspector shall be present
before, during, and after the tie-in is completed, to insure that the trench is
completely back filled before the water is turned on. If the Contractor fails to
coordinate the tie-in with the Maintenance Inspector, the said tie-in will not be
accepted.

B. If the Contractor schedules a tie-in with the Maintenance Inspector, and is not
A-2
ready for the tie-in on the scheduled date, the contractor will be charged for
the Maintenance Inspector's time, unless, the Contractor cancels the
inspection 24 hours in advance.

11. As-Built Drawings - The Contractor will keep up to date at all times, a complete and
accurate set of record prints, which shall be corrected regularly, showing every
change from the Contract Documents, including all addendum, Change Orders, job
decisions, etc. Upon completion of the work, a set of as-built prints shall be made
by the Contractor after consultation with the project Engineer and all changes noted.
All changes shall be neatly and legibly drawn to scale on the set of prints using
standard architectural or engineering drafting practices.

12. Hazardous Waste in Excavation If the Contractor encounters material in


excavation, which the contractor has reason to believe may be hazardous waste as
defines by Section 25117 of the Health and Safety Code, the contractor shall
immediately so notify the Engineer in writing. Excavation in the immediate area of
the suspected hazardous material shall be suspended until the Engineer authorizes
it to be resumed. If such suspension delays the current controlling operation by
more than one (1) working day, the Contractor shall be granted an extension of time
as provided in Section 8-1.07, Liquidated Damages, of the General Provisions.
Upon authorization from the Engineer to proceed, the Contractor shall resume
excavation operations per the requirements of the plans and specifications.

If such suspension delays the current controlling operation by more than two (2)
working days, the delay shall be considered a right of way delay and the Contractor
shall be compensated for such delay as provided in Section 8-1.09, Right of Way
Delays, of the General Provisions.

The City reserves the right to use other forces for exploratory work to identify and
determine the extent of hazardous material and for removing such material.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_A_SP.docx
Rev 02/2009

A-3
A-4
SECTION B - GENERAL PROVISIONS

SECTION 1: DEFINITIONS AND TERMS

1-1.01 General

Unless the context otherwise requires, wherever in the Specifications and other Contract
Documents the following abbreviations and terms, or pronouns in place of them, are used,
the intent and meaning shall be interpreted as provided in this Section One. Working titles
having a masculine gender, such as "workman" and "journeyman" and the pronoun "he,
are utilized in the Specifications for the sake of brevity, and are intended to refer to persons
of either gender.

1-1.02 ABBREVIATIONS

AAN American Association of Nurserymen


AASHTO American Association of State Highway and Transportation Officials
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
ANSI American National Standards Institute
APHA American Public Health Association
API American Petroleum Institute
AREA American Railway Engineering Association
ASME American Society of Mechanical Engineers
ASTM American Society for Testing and Materials
AWG American Wire Gage
AWPA American Wood Preservers' Association
AWS American Welding Society
AWWA American Water Works Association
EIA Electronic Industries Association
IEEE Institute of Electrical and Electronics Engineers
NEMA National Electrical Manufacturers Association
UL Underwriters' Laboratories Inc.

1-1.02A UNITS OF MEASUREMENT

These General Provisions contain units in two systems of measurement: units shown in
the International System of Units (SI or "metric") and units in the United States Standard
Measures are shown in braces "{}". The Department does not warrant the accuracy of the
units shown in United States Standard Measures, and any use of United States Standard
Measures is at the sole risk of those agencies and others that specify United States
Standard Measures units in their contracts. The measurements expressed in the two
systems are not necessarily equal, and items constructed or fabricated in one system are

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-1
not necessarily interchangeable with items constructed or fabricated in the other system.
The project Special Provisions designate the system of units that will apply to contracts
referencing these Standard Specifications.

Some of the symbols for metric units of measurement used in the Specifications and in the
Engineer's Estimate are defined as follows. The symbols for other units of measurement
used in the Specifications are as defined in ASTM Designation: E-380, or in the various
Specifications and test referenced in the Specifications.

Symbols as used in the Symbols as used in the Definitions


Specifications Engineer's Estimate
A amperes
EA each
g G gram
kg KG kilogram
ha HA hectare (10 000 m2)
h H hour
J joule
LNKM lane kilometer
L L liter
LS lump sum
m M meter
km KM kilometer
mm MM millimeter
m micrometer
nm nanometer
m2 M2 square meter
m3 M3 cubic meter
N newton
Nm newton meter
ohm
Pa pascal
kPa kilopascal
MPa megapascal
s second
STA station (100 m)
TAB tablet
tonne TONN metric ton (1000 kg)
W watt
V volt

Some of the symbols for United States Standard Measures units of measurement used in
the Specifications and in the Engineer's Estimate are defined as follows.

B-2
Symbol Used Definitions
A amperes
EA each
LB pound
ACRE acre
h hour
LNMI lane mile
GAL gallon
LS lump sum
LF linear foot
MI mile
MSYD thousand station yard
SF square foot
CF cubic foot
SY square yard
CY cubic yard
ohm
s second
STA 100 feet
TAB tablet
TON 2,000 pounds
W watt
V volt
MFBM thousand foot board measure

1-1.03 ACCEPTANCE

The formal written acceptance by the Vallejo City Council of an entire contract which has
been completed in all respects in accordance with the plans and Specifications and any
modifications thereof previously authorized in writing.

1-1.04 (BLANK)

1-1.05 BASE

A layer of specified material of planned thickness placed immediately below the pavement
or surfacing.

1-1.06 BASEMENT MATERIAL

The material in excavation or embankments underlying the lowest layer of subbase, base,
pavement, surfacing or other specified layer which is to be placed.

1-1.07 BIDDER

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-3
Any individual, firm, partnership, corporation, or combination thereof, submitting a proposal
for the work contemplated, acting directly or through a duly authorized representative.

1-1.08 BRIDGE

Any structure, with a bridge number, which carries a utility facility, or railroad, highway,
pedestrian or other traffic, over a water course or over or under or around any obstruction.

1-1.085 CONDUIT

A pipe or tube in which smaller pipes, tubes or electrical conductors are inserted or are to
be inserted.

1-1.09 CONTRACT

The written agreement covering the performance of the work and the furnishing of labor,
materials, tools and equipment in the construction of the work. The Contract shall include:

(a) Notice to Contractors,


(b) Instructions to Bidders,
(c) Proposal Form,
(d) Plans, Specifications, special provisions;
(e) Addenda and Change Orders thereto;
(f) Standard Specifications, State of California, Business, Transportation
and Housing Agency, Department of Transportation, 2010 edition,
Sections 10 through 95, all as modified herein;
(g) City of Vallejo Standard Specifications and Standard Drawings ,
December 2011 edition;
(h) Vallejo Sanitation & Flood Control District Master Bid Document,
dated March 2007.

All documents comprising the Contract may also be referred to as the Contract
Documents.

1-1.10 CONTRACTOR

The person or persons, firm, partnership, corporation, or combination thereof, private or


municipal, who have entered into a Contract with the City of Vallejo, as party or parties of
the second part or their legal representatives.

1-1.11 CULVERT

Any structure, other than a bridge, which provides an opening under a roadway for
drainage or other purposes.

1-1.12 DAYS

Unless otherwise designated, days as used in the Specifications will be understood to

B-4
mean calendar days.

1-1.13 DEPARTMENT

The City of Vallejo Department of Public Works.

1-1.14 DETOUR

A temporary route for traffic around a closed portion of a road.

1-1.15 DIRECTOR

The City of Vallejo Department of Public Works Director, or his/her authorized


representative.
1-1.16 DIVIDED HIGHWAY

A highway with separated traveled ways for traffic, generally in opposite directions.

1-1.17 (BLANK)

1-1.18 ENGINEER

The City of Vallejo, Department of Public Works, Project Engineer, acting either directly or
through properly authorized agents, the agents acting within the scope of the particular
duties delegated to them.

1-1.19 ENGINEER'S ESTIMATE

The list of estimated quantities of work to be performed as contained in the "Proposal


Form."

1-1.20 FEDERAL AGENCIES

Whenever, in the Specifications, reference is made to any Federal agency or officer, the
reference shall be deemed made to any agency or officer succeeding in accordance with
law to the powers, duties, jurisdiction and authority of the agency or officer mentioned.

1-1.21 FIXED COSTS

Any necessary labor, material and equipment costs directly expended on the item or items
under consideration which remain constant regardless of the quantity of the work done.

1-1.22 FRONTAGE ROAD

A local street or road auxiliary to and located generally on the side of an arterial highway for
service to abutting property and adjacent areas and for control of access.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-5
1-1.23 GRADING PLANE

The surface of the basement material upon which the lowest layer of subbase, base,
pavement, surfacing or other specified layer is placed.

1-1.24 HIGHWAY

The whole right of way or area which is reserved for and secured for use in constructing the
roadway and its appurtenances.

1-1.25 LABORATORY

Any testing laboratory identified as such by City of Vallejo.

1-1.255 LEGAL HOLIDAYS

Those days designated as City observed holidays specifically:

a) New Year's Day, b) Martin Luther King, Jr. Day, c) Presidents Day, d) Memorial
Day, e) Independence Day, f) Labor Day, g) Columbus Day, h) Veterans' Day, i)
Thanksgiving Day, j) Day after Thanksgiving, k) Christmas Day

1-1.26 LIQUIDATED DAMAGES

The amount prescribed in the Contract Documents, to be paid to the City of Vallejo or to be
deducted from any payments due or to become due the Contractor for each day's delay in
completing the whole or any specified portion of the work beyond the time allowed in the
Contract Documents.

1-1.265 MUTCD OR CAMUTCD

The State of California, Department of Transportation publication entitled California Manual


on Uniform Traffic Control Devices.

1-1.27 MEDIAN

That portion of a divided highway separating the traveled ways for traffic in opposite
directions including inside shoulders.

1-1.275 OFFICE OF STRUCTURE DESIGN

The State of California Office of Structure Design of the Department of Transportation.


When the Specifications require working drawings to be submitted to the State Office of
Structure Design, the drawings shall be submitted to: Office of Structure Design,
Documents Unit, Mail Station 9, 1801 30th Street, Sacramento, CA 95816, Telephone (916)
227-8252.

B-6
1-1.28 PAVEMENT

The uppermost layer of material placed on the traveled way or shoulders. This term is
used interchangeably with surfacing.

1-1.29 PLANS

The official project plans and Standard Plans, profiles, typical cross sections, working
drawings and supplemental drawings, or reproductions thereof, approved by the Engineer,
which show the location, character, dimensions and details of the work to be performed.
These documents are to be considered as a part of the plans. In the above definition, the
following terms are defined as follows:

Project Plans

The project plans are specific details and dimensions peculiar to the work
and are supplemented by the Standard Plans insofar as the same may apply.

Standard Plans

The Standard Plans issued by the State of California, Business,


Transportation and Housing Agency, Department of Transportation.

1-1.30 PROCESSING

Any operation or operations of whatever nature and extent required to produce a specified
material.

1-1.31 PROPOSAL

The offer of the Bidder for the work when made out and submitted on the prescribed
proposal form, properly signed and guaranteed.

1-1.32 PROPOSAL FORM

The approved form upon which the City of Vallejo requires formal bids be prepared and
submitted for the work.

1-1.33 PROPOSAL GUARANTY

The cash, cashier's check, certified check or bidder's bond accompanying the proposal
submitted by the bidder, as a guaranty that the bidder will enter into a contract with the City
of Vallejo for the performance of the work if the Contract is awarded to the bidder.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-7
1-1.34 ROADBED

The roadbed is that area between the intersection of the upper surface of the roadway and
the side slopes or curb lines. The roadbed rises in elevation as each increment or layer of
subbase, base, surfacing or pavement is placed. Where the medians are so wide as to
include areas of undisturbed land, a divided highway is considered as including 2 separate
roadbeds.

1-1.35 ROADWAY

That portion of the highway included between the outside lines of sidewalks, or curbs,
slopes, ditches, channels, waterways, and including all the appertaining structures, and
other features necessary to proper drainage and protection.

1-1.36 SHOULDERS

The portion of the roadway contiguous with the traveled way for accommodation of stopped
vehicles, for emergency use, and for lateral support of base and surface courses.

1-1.37 SPECIAL PROVISIONS

The special provisions are specific clauses setting forth conditions or requirements peculiar
to the work and supplementary to these Specifications.

1-1.38 SPECIFICATIONS

The directions, provisions and requirements contained in the General Provisions, Wage
and Equipment Rate and Technical Specifications section as supplemented by the
Standard Specifications, City of Vallejo Standard Specifications and Standard Drawings.
Whenever the term "these Specifications" or "these Standard Specifications" is used in this
Contract, it means the provisions set forth in this Contract. Specifications or Standard
Specifications also means the State of California, Department of Transportation, Standard
Specifications, 2010 edition, Sections 10 through 95 only.

1-1.39 STATE

The State of California.

1-1.40 (BLANK)

1-1.41 SUBBASE

A layer of specified material of planned thickness between a base and the basement
material.

1-1.42 SUBGRADE

That portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of any

B-8
other material is placed.

1-1.43 SUBSTRUCTURE

All that part of the bridge below the bridge seats, tops of piers, haunches of rigid frames, or
below the spring lines of arches. Backwalls and parapets of abutments and wingwalls of
bridges shall be considered as parts of the substructure.

1-1.44 SUPERSTRUCTURE

All that part of the bridge except the bridge substructure.

1-1.45 SURFACING

The uppermost layer of material placed on the traveled way, or shoulders. This term is
used interchangeably with pavement.

1-1.46 TRAFFIC LANE

That portion of a traveled way for the movement of a single line of vehicles.

1-1.47 TRAVELED WAY

That portion of the roadway for the movement of vehicles, exclusive of shoulders.

1-1.48 WORK

All the work specified, indicated, shown, contemplated or inferable from the Contract
Documents to construct the improvement, including all alterations, amendments or
extensions thereto made by Contract change order.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-9
B-10
SECTION 2: PROPOSAL REQUIREMENTS AND CONDITIONS

2-1.01 CONTENTS OF PROPOSAL FORMS

Prospective bidders must use City of Vallejo proposal forms which will refer to the special
provisions and project plans for the work to be done and will include a schedule of items for
which bid prices are asked, showing the approximate estimate of the various quantities and
kinds of work to be performed or materials to be furnished.

2-1.02 APPROXIMATE ESTIMATE

The quantities given in the proposal form and Contract are approximate only, being given
as a basis for the comparison of bids. The City of Vallejo does not, expressly or by
implication, agree that the actual amount of work will correspond therewith, and reserves
the right to increase or decrease the amount of any class or portion of the work, or to omit
portions of the work.

2-1.03 EXAMINATION OF PLANS, SPECIFICATIONS, CONTRACT, AND SITE OF


WORK

All bidders shall carefully and completely examine the site of the work contemplated, the
plans and Specifications, and the proposal and Contract forms therefor, and perform all
tests and inspections necessary to inform bidder of all conditions that may be encountered,
the character, quality and scope of work to be performed, and the quantities of materials to
be furnished. The submission of a bid shall be conclusive evidence that the bidder has
investigated and is satisfied as to the conditions to be encountered, as to the character,
quality and scope of work to be performed, the quantities of materials to be furnished and
as to the requirements of the proposal, plans, Specifications and the Contract.

Where the City of Vallejo has made investigations of site conditions, including subsurface
conditions in areas where work is to be performed under the Contract, or in other areas,
some of which may constitute possible local material sources, bidders and Contractor may,
upon written request, inspect the records of the City of Vallejo as to those investigations
subject to and upon the conditions hereinafter set forth. The investigations are made only
for the purpose of study and design.

The records of investigations, project records, log of test borings, record of geotechnical
data, investigation of subsurface conditions, Materials Information, cross-sections,
contour maps, and any other investigations provided by City of Vallejo, are not a part of the
Contract and are available solely for the convenience of the bidder or Contractor. It is
expressly understood and agreed that the City of Vallejo assumes no responsibility
whatsoever in respect to the sufficiency or accuracy of the above described documents or
of the interpretations set forth therein or made by the City of Vallejo in its use thereof and
there is no warranty or guaranty, either express or implied, as to the completeness or
accuracy of the documents, that the conditions indicated by the documents are
representative of those existing in or throughout those areas, or any part thereof, or that
unlooked-for developments may not occur, or that materials other than, or in proportions
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-11
different from those indicated, may not be encountered.

The availability or use of information described in this section is not to be construed in any
way as a waiver of the provisions of the first paragraph in this section and a bidder or
Contractor shall make their own investigation and examination to be satisfied as to
conditions to be encountered in the performance of the work.

No information derived from the inspection of investigations or compilation thereof made by


the City of Vallejo or from the Engineer, or their consultants, will in any way relieve the
bidder or Contractor from any risk or from properly fulfilling the terms of the Contract.

2-1.04 ADDENDUM

If discrepancies or apparent errors are found in the Contract Documents prior to the date of
bid opening, bidders shall submit a written request for clarification to City Engineer, which
response to said request will be given in the form of addenda to all bidders, if time permits.

The correction of any discrepancies in, or omissions from the plans, Specifications, or other
Contract Documents, or any interpretation thereof, during the bidding period will be made
only by an addendum issued in writing by the City of Vallejo. A copy of each such
addendum issued by the City of Vallejo will be electronically mailed, faxedor delivered to
each person receiving a set of the Contract Documents, and shall be made a part of the
Contract. Any other interpretation or explanation of such documents will not be considered
binding.

2-1.05 PROPOSAL FORMS

The City of Vallejo will furnish to each bidder a standard proposal form, which, when filled
out and executed may be submitted as that bidder's bid. Bids not presented on forms so
furnished, and copies or facsimiles of the bidder's completed and executed proposal forms
submitted as a bid may be rejected.

2-1.054 (BLANK)

2-1.056 (BLANK)

2-1.06 (BLANK)

2-1.07 PROPOSAL GUARANTY

The proposal must be accompanied by cash, a bidder's bond, certified check, or cashier's
check in an amount not less than ten percent (10%) of the amount bid. The bidder's bond
must be signed in favor of the City of Vallejo, and the certified check or cashier's check
must be made payable to the City of Vallejo.

2-1.08 WITHDRAWAL OF PROPOSALS

Any bid may be withdrawn at any time prior to the date and time fixed for the opening of

B-12
bids only by written request for the withdrawal of the bid filed at the location at which the bid
was received by the City of Vallejo. The request shall be executed by the bidder or the
bidder's duly authorized representative. The withdrawal of a bid does not prejudice the
right of the bidder to file a new bid. Whether or not bids are opened exactly at the time
fixed for opening bids, a bid will not be received after that time, nor may any bid be
withdrawn after the time fixed for the opening of bids.

2-1.09 PUBLIC OPENING OF PROPOSALS

Proposals will be opened and read publicly at the time and place indicated in the "Notice to
Contractors." Bidders or their authorized agents are invited to be present.

2-1.095 RELIEF OF BIDDERS

Attention is directed to the provisions of Public Contract Code Sections 5100 to 5107,
inclusive, concerning relief of bidders and in particular to the requirement therein, that if the
bidder claims a mistake was made in the bid presented, the Bidder shall give the City of
Vallejo written notice within 5 days after the opening of the bids of the alleged mistake,
specifying in the notice in detail how the mistake occurred.

2-1.10 DISQUALIFICATION OF BIDDERS

More than one proposal from an individual, firm, partnership, corporation, or combination
thereof under the same or different names will not be considered. Reasonable grounds for
believing that any individual, firm, partnership, corporation or combination thereof is
interested in more than one proposal for the work contemplated may cause the rejection of
all proposals in which that individual, firm, partnership, corporation or combination thereof is
interested. If there is reason for believing that collusion exists among the Bidders any or all
proposals may be rejected. Proposals in which the prices appear unbalanced may be
rejected.

2-1.105 (BLANK)

2-1.108 (BLANK)

2-1.11 (BLANK)

2-1.12 (BLANK)

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-13
B-14
SECTION 3: AWARD AND EXECUTION OF CONTRACT

3-1.01 AWARD OF CONTRACT

The right is reserved to reject any and all proposals.

The award of the Contract, if it be awarded, will be to the lowest responsible bidder whose
proposal complies with all the requirements prescribed. The award, if made, will be made
within 60 days after the opening of the proposals. This period will be subject to extension
for such further period as may be agreed upon in writing between the City of Vallejo and
the bidder concerned.

All bids will be compared on the basis of the Engineer's Estimate of the quantities of work
to be done.

The low bid will be determined by adding the sum of the base bid and all alternates (if any).
The City of Vallejo reserves the right to include in the Contract, if a Contract is awarded,
the base bid only, or the base bid plus any alternate bid or combinations of alternates bid.

3-1.02 BONDS

Within ten (10) days of Contractor's receipt of Contract from City of Vallejo, the Contractor
shall furnish corporate surety bonds to the benefit of the City of Vallejo, issued by a surety
company acceptable to the City of Vallejo and authorized and admitted to do business in
the State of California, as follows:

A. Faithful Performance Bond -- In a sum not less than one hundred percent (100%) of
the total contract price as set forth in the Contract to guarantee the Contractor's
faithful performance of all covenants and stipulations of the Contract. The bond
shall contain a provision that the surety thereon waives the provisions of Sections
2819 and 2845 of the Civil Code of the State of California.

B. Payment (Labor and Materials) Bond -- In a sum not less than one hundred percent
(100%) of the total contract price as set forth in the Contract to guarantee the
payment of wage, and bills contracted for materials, supplies, or equipment used in
the performance of the Contract. The bond shall be in accordance with the
provisions of Sections 3225, 3226, and 3247 to 3252, inclusive, of the Civil Code of
the State of California, and Section 13020 of the Unemployment Insurance Code of
the State of California. Said bond shall also contain a provision that the surety
thereon waives the provisions of Sections 2819 and 2845 of the Civil Code of the
State of California.

Faithful Performance Bond and Payment Bond shall be on the forms provided by City of
Vallejo.

The surety companies shall familiarize themselves with all provisions and conditions of the
Contract. It is understood and agreed that the surety or sureties waive the right of special
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-15
notification of any modifications or alterations, omissions or reductions, extra or additional
work, extensions of time, or any other act or acts by the City of Vallejo or its authorized
agents under the terms of the Contract; and failure to so notify the surety companies of
such changes shall in no way relieve the surety or sureties of their obligations under this
Contract. The surety expressly waives the provisions of Sections 2819 and 2845 of the
Civil Code of the State of California.

3-1.03 EXECUTION OF CONTRACT

The Contract shall be signed by the successful bidder and returned, together with the
Contract bonds, within 10 days after the bidder has received the Contract for execution.

3-1.04 FAILURE TO EXECUTE CONTRACT

The Contractor shall pay to the City of Vallejo such sums from said cash, bond, certified
check, or cashier's check as necessary to reimburse the City of Vallejo for costs incurred
for failure of the successful bidder to complete, sign and return in strict compliance with
these Contract Documents, if requested to do so, Contractor's Qualification Questionnaire,
or enter into a Contract. The amount of said cash, bond, certified check, or cashier's check
shall not be deemed to constitute a penalty or liquidated damages. The City of Vallejo shall
not be precluded by such cash, bond, certified check, or cashier's check from recovering
from the defaulting bidder damages in excess of the amount of said cash, bond, certified
check, or cashier's check incurred as a result of the failure of the successful bidder to
complete, sign and return in strict compliance with these Contract Documents, if requested
to do so, Contractor's Qualification Questionnaire, or enter into a Contract.

3-1.05 RETURN OF PROPOSAL GUARANTIES

The proposal guaranties accompanying the proposals of the first, second and third lowest
bidders will be retained until the Contract has been finally executed, after which those
proposal guaranties, may be returned to the respective bidders whose proposals they
accompany. The proposal guaranties, other than bidder's bonds, submitted by all other
unsuccessful bidders will be returned upon determination, by the City of Vallejo, of the first,
second and third lowest responsible Bidders.

B-16
SECTION 4: SCOPE OF WORK

4-1.01 INTENT OF PLANS AND SPECIFICATIONS

All work and materials shall be in full accordance with the latest adopted standards and
regulations of the State Fire Marshal; the California Building Code; Title 24 of the California
Code of Regulations; the California Electrical Code; the California Plumbing Code;
Americans with Disabilities Act; and all other applicable codes, laws, rules or regulations.
Nothing in these Contract Documents is to be construed to permit work not conforming to
these requirements. Contractor agrees that immediately upon signing of the Contract,
Contractor will diligently review the Contract Documents and determine if any work
described or inferred within the Contract Documents is not in conformance with these
requirements. Should Contractor discover work within the Contract Documents not in
conformance with these requirements, Contractor agrees to immediately notify Engineer in
writing of said nonconformance, and to not proceed with nonconforming work. When the
work detailed in the Contract Documents differs from governing codes, it is understood and
agreed that the Contract sum is based upon the more costly or expensive standard.

The intent of the plans and Specifications is to prescribe the details for the construction and
completion of the work which the Contractor undertakes to perform in accordance with the
terms of the Contract, and that the work performed under the Contract results in a complete
operating system in satisfactory working condition with respect to the functional purposes of
the installation, and no extra compensation will be allowed for anything omitted but fairly
implied. The prices paid for the various items in the proposal shall include full
compensation for furnishing all labor, materials, tools, equipment, overhead, profit,
incidentals, and doing all work necessary to complete the finished product as provided in
the Contract Documents. Where the plans or Specifications describe portions of the work
in general terms, but not in complete detail, it is understood that only the best general
practice is to prevail and that only materials and workmanship of the first quality are to be
used. The Contractor shall furnish all labor, materials, tools, equipment, and incidentals,
and do all the work involved in executing the Contract to the highest possible standard of
workmanship.

Should it appear that the work to be done, or any of the matters relative thereto, are not
sufficiently detailed or explained in the Contract Documents, or in the event of any doubt or
question arising respecting the true meaning of the Contract Documents, the Contractor
shall apply to the Engineer in writing for such further explanations as may be necessary,
and the Engineer shall render his or her decisions thereon. The Contractor shall thoroughly
review all Requests for Information (RFI's) submitted by subcontractors prior to submission
to the Engineer to determine whether such RFI's is already answered in the Contract
Documents. Contractor represents to City of Vallejo, that by submission of an RFI,
Contractor has thoroughly reviewed the RFI and thoroughly reviewed the Contract
Documents, and determined that the RFI is not answered or reasonably inferable in the
Contract Documents, and that the RFI pertains to an unforeseen condition or circumstance
that is not described in the Contract Documents, that there is a conflict or discrepancy in
the Contract Documents, or there is an omission in the Contract Documents. In the event
any RFI is answered or reasonably inferable from the Contract Documents, Contractor
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-17
agrees to pay the City of Vallejo the reasonable cost, time and expenses associated with
reviewing and responding to RFI's which are already answered or reasonably inferable
from the Contract Documents. In the event of a disagreement over such compensation, the
judgment of the Engineer shall be final.

4-1.02 FINAL CLEANING UP

Before final inspection of the work, the Contractor shall clean the project site, material sites
and all ground occupied by the Contractor in connection with the work of all rubbish, excess
materials, falsework, temporary structures and equipment. All parts of the work shall be left
in a neat and presentable condition. Full compensation for final cleaning up will be
considered as included in the prices paid for the various Contract items of work and no
separate payment will be made therefore.

4 -1.03 CHANGES

The City reserves the right without changing the scope of work, to make such alterations
deviations, additions to or deletions from the plans and Specifications, including but not
limited to, the right to add or delete any portion of the work to be done with no additional
compensation or change in lump sum or unit bid prices. The City also reserves the right
without changing the scope of work, to increase or decrease the quantity of any item or
portion of the work, as may be deemed by the Engineer to be necessary or advisable and
to require such extra work as may be determined by the Engineer to be required for the
proper completion or construction of the whole work contemplated. Such increases or
decreases in quantities shall not be a basis for change in character of the work.

The City of Vallejo may request that Contractor provide City of Vallejo with estimated costs
for proposed changes to the work. Contractor agrees to promptly provide City of Vallejo
with detailed, itemized costs for proposed changes to the work and scheduling data
demonstrating the impact, if any, of the proposed changes to the work and the time for
completion. Adjustments, if any, in the amount to be paid the Contractor by reason of any
modifications of the work as set forth in a Contract change order, Construction Change
Directive, or arising from claims shall be determined by one or more of the following
methods as elected by the City of Vallejo:

A. Lump Sum Price - By an acceptable lump sum price fixed in agreement between the
City of Vallejo and the Contractor.

B. Unit Prices - By unit prices fixed by agreement between the City of Vallejo and the
Contractor.

C. Force Account - By directing the Contractor to proceed with the work and to keep
and present in such form as the City of Vallejo may direct, a correct account of the
cost of the change, together with all vouchers therefor. The Contractor will be paid
for labor, materials, equipment rental, etc. actually used on change order work
performed under Force Account as per Section 9-1.03 of these specifications.

The amount of payment agreed upon or, in the absence of agreement, selected by the City

B-18
of Vallejo shall be set forth in the change order or construction change directive.

Upon receipt of a Contract change order authorized by the Engineer, the Contractor shall
proceed with the ordered work. If ordered in writing by the Engineer, the Contractor shall
proceed with the work so ordered prior to actual receipt of an authorized Contract change
order therefor. In those cases, the Engineer will, as soon as practicable, issue a Contract
change order for the ordered work and the provisions in Section 4-1.03A, "Procedure and
Protest," shall be fully applicable to the subsequently issued Contract change order.

When the compensation for an item of work is subject to adjustment under the provisions of
this Section 4-1.03, the Contractor shall, upon request, furnish the Engineer with adequate
detailed cost data for that item of work. If the Contractor requests an adjustment in
compensation for an item of work, the cost data shall be submitted with the request.

4-1.03A PROCEDURE AND PROTEST

A Contract change order authorized by the Engineer may be issued to the Contractor at
any time. Should the Contractor disagree with any terms or conditions set forth in an
authorized Contract change order not executed by the Contractor, the Contractor shall
submit a written protest to the Engineer within 15 days after the receipt of the Contract
change order. The protest shall state the points of disagreement, and the Contract
specification references, quantities and costs involved. If a written protest is not submitted,
payment will be made as set forth in the Contract change order, and Contractor agrees that
payment shall constitute full compensation for all work included therein or required thereby.
Unprotested Contract change orders will be considered as executed Contract change
orders.

Where the protest concerning an authorized Contract change order relates to


compensation, the compensation payable for all work specified or required by that Contract
change order to which the protest relates will be determined as provided in Section
4-1.03D. The Contractor shall keep full and complete records of the cost of that work and
shall permit the Engineer to have access thereto as may be necessary to assist in the
determination of the compensation payable for that work.

Where the protest concerning an accepted Contract change order relates to the adjustment
of Contract time for the completion of the work, the time to be allowed therefor will be
determined as provided in Section 8-1.07, "Liquidated Damages."

Proposed Contract change orders may be presented to the Contractor for consideration
prior to authorization by the Engineer. If the Contractor signifies acceptance of the terms
and conditions of the proposed Contract change order by executing the document and if the
Contract change order is accepted by the Engineer and issued to the Contractor, payment
in accordance with the provisions as to compensation therein set forth shall constitute full
compensation for all work included therein or required thereby. An accepted Contract
change order shall supersede a proposed, but unaccepted, Contract change order covering
the same work.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-19
The Engineer may provide for an adjustment of compensation as to a Contract item of work
included in a Contract change order determined as provided in Section 4-1.03D, if that item
of work is eligible for an adjustment of compensation thereunder.

Change orders shall be in the form provided by City of Vallejo in the Contract Documents.

4-1.03B (NOT USED)

4-1.03C (NOT USED)

4-1.03D EXTRA WORK

New and unforeseen work will be classed as extra work when determined by the Engineer
that the work is not covered by any of the various items for which there is a bid price or by
combinations of those items. In the event portions of this work are determined by the
Engineer to be covered by some of the various items for which there is a bid price or
combinations of those items, the remaining portion of the work will be classed as extra
work. Extra work also includes work specifically designated as extra work in the plans or
Specifications.

The Contractor shall do the extra work and furnish all labor, material and equipment
therefor upon receipt of an accepted Contract change order or other written order of the
Engineer, and in the absence of an accepted Contract change order or other written order
of the Engineer the Contractor shall not be entitled to payment for the extra work.

Payment for extra work required to be performed pursuant to the provisions in this Section
4-1.03D, in the absence of an executed Contract change order, will be made by force
account as provided in Section 9-1.03; or as agreed to by the Contractor and the Engineer.

4-1.04 DETOURS

The Contractor shall construct and remove detours and detour bridges for the use of public
traffic as provided in the Contract Documents or as directed by the Engineer. Payment for
this work will be made as set forth in the Contract Documents or at the Contract prices for
the items of work involved if the work being performed is covered by Contract items of work
and no other method of payment therefor is provided in the special provisions, otherwise
the work will be paid for as extra work as provided in Section 4-1.03D.

The cost of repairing damage to detours caused by public traffic will be paid for as extra
work as provided in Section 4-1.03D.

When public traffic is routed through the work, provision for a passageway through
construction operations will not be considered as detour construction or detour
maintenance, and this work shall conform to and be paid for as provided in Section 7-1.08,
"Public Convenience," unless otherwise specified in the Specifications..

Detours used exclusively by the Contractor for hauling materials and equipment shall be
constructed and maintained by the Contractor at the Contractor's expense.

B-20
The failure or refusal of the Contractor to construct and maintain detours at the proper time
shall be sufficient cause for closing down the work until the detours are in satisfactory
condition for use by public traffic.

Where the Contractor's hauling is causing such damage to the detour that its maintenance
in a condition satisfactory for public traffic is made difficult or costly, the Engineer shall have
authority to regulate the Contractor's hauling over the detour.

4-1.05 USE OF MATERIALS FOUND ON THE WORK

Unless designated as selected material as provided in these Specifications, the Contractor,


with the acceptance of the Engineer, may use in the proposed construction such stone,
gravel, sand or other material suitable in the opinion of the Engineer as may be found in
excavation. The Contractor will be paid for the excavation of those materials at the
Contract price for the excavation, but the Contractor shall replace at the Contractor's
expense with other suitable material all of that portion of the material so removed and used
which was contemplated for use in the work, except that the Contractor need not replace,
at the Contractor's expense, any material obtained from structure excavation used as
structure backfill. No charge for materials so used will be made against the Contractor.
The Contractor shall not excavate or remove any material from within the highway location
that is not within the excavation, as indicated by the slope and grade lines, without written
authorization from the Engineer.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-21
B-22
SECTION 5: CONTROL OF WORK

5-1.01 AUTHORITY OF ENGINEER

The Engineer shall decide all questions which may arise as to the quality or acceptability of
materials furnished and work performed and as to the manner of performance and rate of
progress of the work; all questions which may arise as to the interpretation of the plans and
Specifications; all questions as to the acceptable fulfillment of the Contract on the part of
the Contractor; and all questions as to compensation. The Engineer's decision shall be
final, and the Engineer shall have authority to enforce and make effective those decisions
and orders which the Contractor fails to carry out promptly.

5-1.02 PLANS AND WORKING DRAWINGS

The Contract plans furnished consist of general drawings and show such details as are
necessary to give a comprehensive idea of the construction contemplated. All authorized
alterations affecting the requirements and information given on the Contract plans shall be
in writing.

The Contract plans shall be supplemented by such working drawings prepared by the
Contractor as are necessary to adequately control the work. No change shall be made by
the Contractor in any working drawing after it has been accepted by the Engineer.

Working drawings for any part of the permanent work shall include, but not be limited to
stress sheets, anchor bolt layouts, shop details, erection plans, equipment lists and any
other information specifically required elsewhere in the Specifications.

Working drawings for cribs, cofferdams, falsework, temporary support systems, haul
bridges, centering and form work and for other temporary work and methods of
construction the Contractor proposes to use, shall be submitted when required by the
Contract Documents or ordered by the Engineer. Working drawings shall be subject to City
of Vallejo review insofar as the details affect the character of the finished work and for
compliance with design requirements applicable to the construction when specified or
called for, but details of design will be left to the Contractor who shall be responsible for the
successful construction of the work.

Working drawings shall be reviewed by the Engineer before any work involving the
drawings is performed. It is expressly understood that review of the Contractor's working
drawings shall not relieve the Contractor of any responsibility under the Contract for the
successful completion of the work in conformity with the requirements of the plans and
Specifications. Review of working drawings shall not operate to waive any of the
requirements of the plans and Specifications or relieve the Contractor of any obligation
thereunder, and defective work, materials and equipment may be rejected notwithstanding
the review.

Full compensation for furnishing all working drawings shall be considered as included in the
prices paid for the Contract items of work to which the drawings relate and no additional
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-23
compensation will be allowed therefor.

5-1.02A TRENCH EXCAVATION SAFETY PLANS

Attention is directed to Section 7-1.01E, "Trench Safety." Excavation for any trench 1.5 m
{5 feet} or more in depth shall not begin until the Contractor has prepared detailed plans for
worker protection from the hazards of caving ground during the excavation of that trench.
The detailed plan shall show the details of the design of shoring, bracing, sloping or other
provisions to be made for worker protection during the excavation. No plan shall allow the
use of shoring, sloping or a protective system less effective than that required by the
Construction Safety Orders of the Division of Occupational Safety and Health. If the plan
complies with the shoring system standards established by the Construction Safety Orders,
the plan shall be submitted at least 5 days before the Contractor intends to begin
excavation for the trench. If the plan varies from the shoring system standards established
by the Construction Safety Orders, the plan shall be prepared and signed by an engineer
who is registered as a Civil Engineer in the State of California, and the plan and design
calculations shall be submitted at least 3 weeks before the Contractor intends to begin
excavation for the trench.

5-1.03 CONFORMITY WITH CONTRACT DOCUMENTS AND ALLOWABLE


DEVIATIONS

Contractors work and materials shall strictly conform to the lines, grades, typical cross
sections, dimensions and material requirements, including tolerances, required in the
Contract Documents. Although measurement, sampling and testing may be considered
evidence as to conformity, the Engineer shall be the sole judge as to whether the work or
materials deviate from the plans and Specifications, and the Engineer's decision as to any
allowable deviations therefrom shall be final.

5-1.04 COORDINATION AND INTERPRETATION OF PLANS, SPECIFICATIONS


AND STANDARD SPECIFICATIONS

These project plans, Specifications, special provisions, Contract change orders and all
supplementary documents are essential parts of the Contract, and a requirement occurring
in one Contract Document is as binding as though occurring in all. They are intended to be
complementary, and to describe and provide for a complete work.

In the event of a conflict between the project plans, Specifications or special provisions, and
Standard Plans and Standard ;Specifications of the State of California, Business,
Transportation and Housing Agency, Department of Transportation, 2010 edition, City of
Vallejo Standard Specifications and Standard Plans , December 2011 edition, or Vallejo
Sanitation & Flood Control District Master Bid Document, dated March 2007, the project
plans, and Specifications shall control. Project plans shall govern over Standard Plans;
Standard Plans and project plans shall govern over the Standard Specifications; and the
special provisions shall govern over both the Standard Specifications and the project
plans. The specific shall control over the general.

Should it appear that the work to be done or any of the matters relative thereto are not

B-24
sufficiently detailed or explained in the Contract Documents, the Contractor shall apply in
writing to the Engineer for such further explanations as may be necessary and shall
conform to them as part of the Contract. In the event of any doubt or question arising
respecting the true meaning of the Contract Documents, reference in writing shall be made
to the Engineer, whose decision thereon shall be final.

In the event of any discrepancy between any drawing and the figures written thereon, the
figures shall be taken as correct. Detail drawings shall prevail over general drawings.

5-1.05A ORDER OF WORK

When required by the Contract Documents, the Contractor shall follow the sequence of
operations as set forth therein.

Full compensation for conforming to those requirements will be considered as included in


the prices paid for the various Contract items of work and no additional compensation will
be allowed therefor.

5-1.05B HOURS OF WORK

Regular working hours are 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding
holidays observed by the City. No work outside of the regular working hours shall be done
unless previously requested by the Contractor in writing and approved by the Engineer in
writing. Contractor is subject to reimbursing the City for the costs of providing inspection
outside of regular working hours.

5-1.06 SUPERINTENDENCE

The Contractor shall designate in writing before starting work, an authorized representative
who shall act as Superintendent and have the authority to represent and act for the
Contractor. The Superintendent shall have responsibility for overall project operations and
shall not be a working foreman.

When the Contractor is comprised of 2 or more persons, firms, partnerships or corporations


functioning on a joint venture basis, the Contractor shall designate in writing before starting
work, the name of one authorized representative who shall serve as the Superintendent.
And shall have the authority to represent and act for the Contractor.

The Superintendent shall be present at the site of the work at all times while work is
actually in progress on the Contract. When work is not in progress and during periods
when work is suspended, arrangements acceptable to the Engineer shall be made for any
emergency work which may be required.

Whenever the Contractor or the Contractor's Superintendent is not present on any


particular part of the work where it may be desired to give direction, orders will be given by
the Engineer, which shall be received and obeyed by the foreman or other individual who
may have charge of the particular work in reference to which the orders are given.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-25
Any order given by the Engineer, not otherwise required by the Specifications to be in
writing, will on request of the Contractor, be given or confirmed by the Engineer in writing.

5-1.07 LINES AND GRADES

Stakes or marks for horizontal and vertical control will be set by the Engineer as the
Engineer determines to be necessary to establish the lines and grades required for the
completion of the work specified in these Contract Documents.

When the Contractor requires the stakes or marks, the Contractor shall notify the Engineer
of the requirements in writing a reasonable length of time in advance of starting operations
that require the stakes or marks. In no event, shall a notice of less than 2 working days be
considered a reasonable length of time.

Stakes and marks set by the Engineer shall be carefully preserved by the Contractor. In
case the stakes and marks are destroyed or damaged, the Contractor will be charged for
the cost of necessary replacement or restoration of stakes and marks. This charge will be
deducted from any moneys due or to become due the Contractor.

5-1.08 INSPECTION

The Engineer shall, at all times, have safe access to the work during its construction, and
shall be furnished with every reasonable facility for ascertaining that the materials and the
workmanship are in accordance with the requirements and intentions of the Contract
Documents. All work done and all materials furnished shall be subject to the Engineer's
inspection.

Neither the inspection by an inspector, City of Vallejo, Engineer, nor any measurement,
approved or unapproved modification, Submittals, shop drawing, order, or certificate, nor
acceptance of any part or whole of the work, or payment of money, nor any possession or
use by the City of Vallejo or its agents, shall operate as a waiver of any provisions of the
Contract or of any power or authority reserved therein, or of any right to damages
thereunder; nor shall the waiver of any breach of this Contract be held to be a waiver of any
subsequent or other breach.

Projects financed in whole or in part with State or Federal funds shall be subject to
inspection at all times by the State or Federal agency involved, or their authorized
representative.

5-1.09 REMOVAL OF REJECTED AND UNAUTHORIZED WORK

All work which has been rejected shall be remedied, or removed and replaced by the
Contractor in a manner acceptable to the Engineer, and no compensation will be allowed to
the Contractor for the removal, replacement or remedial work.

Any work done beyond the lines and grades shown on the plans or established by the
Engineer, or any extra work done without written authority will be considered as

B-26
unauthorized work and will not be paid for. Upon order of the Engineer unauthorized work
shall be remedied, removed or replaced at the Contractor's expense.

Upon failure of the Contractor to comply promptly with any order of the Engineer made
under this Section 5-1.09, the City of Vallejo may cause rejected or unauthorized work to
be remedied, removed or replaced, and to deduct the costs from any moneys due or to
become due the Contractor.

5-1.10 EQUIPMENT AND PLANTS

Only equipment and plants suitable to produce the quality of work and materials required
will be permitted to operate on the project.

Plants shall be designed and constructed in accordance with general practice for the
equipment and shall be of sufficient capacity to ensure the production of sufficient material
to carry the work to completion within the time limit.

The Contractor shall provide adequate and suitable equipment and plants to meet the
above requirements, and when ordered by the Engineer shall remove unsuitable equipment
from the work and discontinue the operation of unsatisfactory plants.

The Contractor shall identify each piece of equipment, other than hand tools, by means of
an identifying number plainly stenciled or stamped on the equipment at a conspicuous
location, and shall furnish to the Engineer a list giving the description of each piece of
equipment and its identifying number. In addition, the make, model number and empty
gross mass of each unit of compacting equipment shall be plainly stamped or stenciled in a
conspicuous place on the unit. The gross mass shall be either the manufacturer's rated
mass or the scale weight, expressed in metric units {United States Standard Measures}.

The make, model, serial number and manufacturer's rated capacity in metric units {United
States Standard Measures} for each scale shall be clearly stamped or stenciled on the load
receiving element and its indicator or indicators. All meters shall be similarly identified,
rated and marked. Upon request of the Engineer, the Contractor shall furnish a statement
by the manufacturer, designating sectional and weighbridge capacities of portable vehicle
scales.

5-1.11 ALTERNATIVE EQUIPMENT

While certain of the Contract Documents may provide that equipment of a particular size
and type is to be used to perform portions of the work, it is to be understood that the
development and use of new or improved equipment is to be encouraged.

The Contractor may request, in writing, permission from the Engineer to use equipment of a
different size or type in place of the equipment specified.

The Engineer, before considering or granting the request, may require the Contractor to
furnish, at the Contractor's expense, evidence satisfactory to the Engineer that the
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-27
equipment proposed for use by the Contractor is capable of producing work equal to, or
better than, that which can be produced by the equipment specified.

If permission is granted by the Engineer, it shall be understood that the permission is


granted for the purpose of testing the quality of work actually produced by the equipment
and is subject to continuous attainment of results which, in the opinion of the Engineer, are
equal to, or better than, that which can be obtained with the equipment specified. The
Engineer shall have the right to withdraw permission at any time that the Engineer
determines that the alternative equipment is not producing work that is equal, in all
respects, to that which can be produced by the equipment specified. Upon withdrawal of
permission by the Engineer, the Contractor will be required to use the equipment originally
specified and shall, in accordance with the directions of the Engineer, remove and dispose
of or otherwise remedy, at the Contractor's expense, any defective or unsatisfactory work
produced with the alternative equipment.

The Contractor shall not have any claim against the City of Vallejo for either the withholding
or the granting of permission to use alternative equipment, or for the withdrawal of the
permission.

Permission to use alternative equipment in place of equipment specified will only be


granted where the equipment is new or improved and its use is deemed by the Engineer to
be in furtherance of the purposes of this Section 5-1.11. The permission for use of
particular equipment on any project shall in no way be considered as permission of the use
of the equipment on any other project.

Nothing in this Section 5-1.11 shall relieve the Contractor of the responsibility for furnishing
materials or producing finished work of the quality specified in the Contract Documents

5-1.12 ALTERNATIVE METHODS OF CONSTRUCTION

Whenever the plans or Specifications provide that more than one specified method of
construction or more than one specified type of material or construction equipment may be
used to perform portions of the work and leave the selection of the method of construction
or the type of material or equipment to be used up to the Contractor, it is understood that
the City of Vallejo does not guarantee that every or any specified method of construction or
type of material or equipment can be used successfully throughout all or any part of any
project. It shall be the Contractor's responsibility to select and use the alternative or
alternatives which will satisfactorily perform the work under the conditions encountered. In
the event some of the alternatives are not feasible or it is necessary to use more than one
of the alternatives on any project, full compensation for any additional cost involved shall be
considered as included in the Contract price paid for the item of work involved and no
additional compensation will be allowed therefor.

5-1.13 DIFFERING SITE CONDITIONS

During the progress of the work, if subsurface or latent physical conditions are encountered
at the site differing materially from those indicated in the Contract or if unknown physical
conditions of an unusual nature, differing materially from those ordinarily encountered and

B-28
generally recognized as inherent in the work provided for in the Contract, are encountered
at the site, the Contractor shall promptly notify the Engineer in writing of the specific
differing conditions before they are disturbed and before the affected work is performed.

Upon written notification, the Engineer will investigate the conditions, and if the Engineer
determines that the conditions materially differ and cause an increase or decrease in the
cost or time required for the performance of any work under the Contract, an adjustment,
excluding loss of anticipated profits, will be made and the Contract modified in writing
accordingly. The Engineer will notify the Contractor of the Engineer's determination
whether or not an adjustment of the Contract is warranted.

No Contract adjustment which results in a benefit to the Contractor will be allowed unless
the Contractor has provided the required written notice. Contractor agrees that failure to
provide written notice to Engineer as required herein, or failure to otherwise abide by this
Section, shall be a waiver by Contractor of any claim, demand, compensation or
adjustment in the Contract time or working days.

No Contract adjustment will be allowed under the provisions specified in this section for any
effects caused on unchanged work.

Any Contract adjustment warranted due to differing site conditions will be made in
conformance with the provisions in Section 4-1.03, "Changes," except as otherwise
provided.

5-1.14 CHARACTER OF WORKERS

If any subcontractor or person employed by the Contractor shall appear to the Engineer to
be incompetent or to act in a disorderly or improper manner, they shall be discharged
immediately on the request of the Engineer, and that person shall not again be employed
on the work.

5-1.15 FINAL INSPECTION

When the work has been completed, the Engineer will make the final inspection.

5-1.16 MEANS AND METHODS

City of Vallejo will not have control over, be in charge of, nor be responsible for construction
means, methods, techniques, sequences, or procedures, or for the safety precautions and
programs in connection with the work, since these are solely Contractor's responsibility.

The City of Vallejo or adjacent property owner may perform other work adjacent to or within
the project area, concurrent with the Contractor's operations. The Contractor shall
cooperate fully with City of Vallejo in all operations which coincide with other work being
performed, and provide City of Vallejo with such scheduling and other information as may
be required by City of Vallejo to perform such other work. The Contractor shall conduct
operations to minimize interference with the work of other forces or contractors performing

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-29
such work. This work performed by a second contractor may include work which is
incomplete or in dispute with the Contractor.

Any disputes or conflicts which may arise between the Contractor and any other forces or
contractors retained by the City of Vallejo, causing delays or hindrance to each other, shall
be referred to the Engineer for resolution.

The City of Vallejo shall have the right at any time during the progress of this work to take
over and place in service any completed or partially completed portion of the work,
notwithstanding the time for completion of the entire work or such portions which may not
have expired; but such taking possession thereof shall not be deemed an acceptance of
any of the work, nor work on those portions not completed in accordance with the Contract
Documents.

B-30
SECTION 6: CONTROL OF MATERIALS

6-1 GENERAL

6-1.01 SOURCE OF SUPPLY AND QUALITY OF MATERIALS

The Contractor shall furnish all materials required to complete the work, except materials
that are designated in the Specifications to be furnished by the City of Vallejo and materials
furnished by the City of Vallejo in conformance with the provisions in Section 9-1.03, "Force
Account Payment."

Only materials conforming to the requirements of the Contract Documents shall be


incorporated in the work.

The materials furnished and used shall be new, except as may be provided elsewhere in
the Contract Documents. The materials shall be manufactured, handled and used in a
workmanlike manner to ensure completed work in accordance with the plans and
Specifications.

Materials to be used in the work will be subject to inspection and tests by the Engineer or
the Engineer's designated representative. The Contractor shall furnish without charge such
samples as may be required.

The Contractor shall furnish the Engineer a list of the Contractor's sources of materials and
the locations at which those materials will be available for inspection. The list shall be
submitted on a form acceptable to the Engineer and shall be furnished to the Engineer in
sufficient time to permit inspecting and testing of materials to be furnished to the listed
sources in advance of their use. The Engineer may inspect, sample or test materials at the
source of supply or other locations, but the inspection, sampling or testing will not be
undertaken until the Engineer is assured by the Contractor of the cooperation and
assistance of both the Contractor and the supplier of the material. The Contractor shall
assure that the Engineer or the Engineer's authorized representative has free access at all
times to the material to be inspected, sampled or tested. It is understood that the
inspections and tests if made at any point other than the point of incorporation in the work
in no way shall be considered as a guaranty of acceptance of the material nor of continued
acceptance of material presumed to be similar to that upon which inspections and tests
have been made, and that inspection and testing performed by the City of Vallejo shall not
relieve the Contractor or the Contractor's suppliers of responsibility for quality control.

Manufacturers' warranties, guaranties, instruction sheets and parts lists, which are
furnished with certain articles or materials incorporated in the work, shall be delivered to the
Engineer before acceptance of the Contract.

Reports and records of inspections made and tests performed, when available at the site of
the work, may be examined by the Contractor.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-31
6-1.02 CITY FURNISHED MATERIALS

Materials which are listed as City of Vallejo-furnished materials in the special provisions will
be available to the Contractor free of charge.

The Contractor shall submit a written request to the Engineer for the delivery of City of
Vallejo-furnished material at least 15 days in advance of the date of its intended use. The
request shall state the quantity and the type of each material.

The City of Vallejo-furnished materials will be available to the Contractor free of charge will
be designated in the special provisions. In those cases the materials shall be hauled to the
site of the work by the Contractor at the Contractor's expense, including any necessary
loading and unloading that may be involved. All costs of handling and placing City of
Vallejo-furnished material shall be considered as included in the price paid for the Contract
item involving the City of Vallejo-furnished material.

The Contractor shall be responsible for all City of Vallejo-furnished materials furnished to
the Contractor, and shall pay all demurrage and storage charges. City of Vallejo-furnished
materials lost or damaged from any cause whatsoever shall be replaced by the Contractor
at the Contractor's expense. The Contractor shall be liable to the City of Vallejo for the cost
of replacing City of Vallejo-furnished material, and those costs may be deducted from any
moneys due or to become due the Contractor. All City of Vallejo-furnished material that is
not used on the work shall remain the property of the City of Vallejo and shall be delivered
to the Engineers designated location at no cost to the City.

6-1.03 STORAGE OF MATERIALS

Articles or materials to be incorporated in the work shall be stored in such a manner as to


ensure the preservation of their quality and fitness for the work, and to facilitate inspection.

6-1.04 DEFECTIVE MATERIALS

All materials which the Engineer has determined do not strictly conform to the requirements
of the Contract Documents will be rejected whether in place or not. The rejected materials
shall be removed immediately from the site of the work, unless otherwise permitted in
writing by the Engineer. No rejected material, the defects of which have been subsequently
corrected, shall be used in the work, unless authorization in writing has been given by the
Engineer. Upon failure of the Contractor to comply promptly with any order of the Engineer
made under the provisions in this section, the Engineer shall have authority to cause the
removal and replacement of rejected material and to deduct the cost thereof from any
moneys due or to become due the Contractor.

If nonconforming work, materials, or equipment not meeting the requirements and intent of
the Contract Documents is discovered, and the Contractor fails to remedy the
nonconforming work, materials, or equipment, or the City of Vallejo agrees in writing to
accept the nonconforming work, materials, or equipment, Contractor agrees to sign a
Contract Change Order or otherwise reimburse City of Vallejo in a sum equal to the cost to
remedy the nonconforming work, materials, or equipment. It is expressly understood and

B-32
agreed that the City of Vallejo will be entitled to recover from Contractor the full cost of
remedying nonconforming work, materials, or equipment, and that diminution in value will
not be considered as a method for valuing the City of Vallejo's damages for nonconforming
work, materials, or equipment, and further that the doctrine of economic waste will not be a
defense to the City of Vallejo's recovery from Contractor of the full and complete cost and
expense of remedying nonconforming work, materials, or equipment.

Re-examination of any work may be ordered by the Engineer, and such work must be
uncovered by the Contractor. The Contractor shall pay the entire cost of such uncovering,
re-examination, and replacement if the work does not conform to the Contract Documents.

6-1.05 TRADE NAMES AND ALTERNATIVES

For convenience in designation on the Contract Documents, certain articles or materials to


be incorporated in the work may be designated under a trade name or the name of a
manufacturer and the manufacturer's catalogue information. The use of an alternative
article or material which is of equal or superior quality and of the required characteristics for
the purpose intended will be permitted, subject to the following requirements:

The burden of proof as to the quality and suitability of alternatives shall be upon the
Contractor, and the Contractor shall furnish all information necessary as required by the
Engineer. The Engineer shall be the sole judge as to the quality and suitability of
alternative articles or materials, and the Engineer's decision shall be final.

Whenever the Contract Documents permit the substitution of a similar or equivalent


material or article, no tests or action relating to the acceptance of the substitute material will
be made until the request for substitution is made in writing by the Contractor accompanied
by complete data as to the equality of the material or article proposed. Request for such
substitution shall be made in writing by the Contractor within thirty (30) days of the Notice to
Proceed. Failure by the Contractor to request substitution within thirty (30) days of the
Notice to Proceed constitutes an agreement by Contractor to furnish only the materials or
equipment listed in the Contract Documents. Until and unless such substitutions are
authorized in writing by the Engineer, no deviations from the specifications shall be allowed.

6-1.06 PLANT INSPECTION

The Engineer may inspect the production of material or the manufacture of products at the
source of supply.

Plant inspection, however, will not be undertaken until the Engineer is assured of the
cooperation and assistance of both the Contractor and the material producer. The
Engineer or the Engineer's authorized representative shall have free entry at all times to
those parts of the plant as concerns the manufacture or production of the materials.
Adequate facilities shall be furnished free of charge to make the necessary inspection. The
City of Vallejo assumes no obligation to inspect materials at the source of supply.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-33
6-1.07 CERTIFICATES OF COMPLIANCE

A Certificate of Compliance shall be furnished prior to the use of any materials for which the
Contract Documents require that a certificate be furnished. In addition, when so authorized
in the Contract Documents, the Engineer may permit the use of certain materials or
assemblies prior to sampling and testing if accompanied by a Certificate of Compliance.
The certificate shall be signed by the manufacturer of the material or the manufacturer of
assembled materials and shall state that the materials involved comply in all respects with
the requirements of the Contract Documents. A Certificate of Compliance shall be
furnished with each lot of material delivered to the work and the lot so certified shall be
clearly identified in the certificate.

Materials used on the basis of a Certificate of Compliance may be sampled and tested at
any time. The fact that material is used on the basis of a Certificate of Compliance shall
not relieve the Contractor of responsibility for incorporating material in the work which
conforms to the requirements of the Contract Documents, and any material not conforming
to the requirements will be subject to rejection whether in place or not.

The City of Vallejo reserves the right to refuse to permit the use of material on the basis of
a Certificate of Compliance.

The form of the Certificate of Compliance and its disposition shall be as directed by the
Engineer.

6-1.08 FOREIGN MATERIALS

Materials which are manufactured, produced or fabricated outside of the United States shall
be delivered to a distribution point in California, unless otherwise required in the Contract
Documents, where they shall be retained for a sufficient period of time to permit inspection,
sampling and testing.

Attention is directed to the provisions in Section 8-1.07, "Liquidated Damages." The


Contractor shall not be entitled to an extension of time for acts or events occurring outside
of the United States, and it shall be the Contractor's responsibility to deliver materials
obtained from outside of the United States to the point of entry into the continental United
States in sufficient time to permit timely delivery to the job site.

The Contractor, at no cost to the City of Vallejo, shall supply the facilities and arrange for
any testing required in California which the City of Vallejo is not equipped to perform. All
testing by the Contractor shall be subject to witnessing by the Engineer.

The manufacturer, producer or fabricator of foreign material shall furnish to the Engineer a
Certificate of Compliance in conformance with the provisions in Section 6-1.07, "Certificates
of Compliance." In addition, certified mill test reports clearly identifiable to the lot of
material shall be furnished where required in the Contract Documents or otherwise
requested by the Engineer.

If the welding of steel for structural steel members or the casting and prestressing of

B-34
precast, prestressed concrete members is to be performed outside of the United States, the
following requirements shall apply:

A. The fabrication shall be performed only within the plants and by fabricators who
have previously established, to the satisfaction of the Engineer, that they have the
experience, knowledge, trained manpower, quality controls, equipment and other
facilities required to produce the quality and quantity of work required. At the option
of the Engineer, prequalification of the plant and fabricator will be established either
by the submission of detailed written proof thereof or through in-plant inspection by
the Engineer or the Engineer's representative, or both.

B. The Contractor shall make written application to the Engineer for acceptance for the
foreign fabrication at the earliest possible time and in no case later than 50 days in
advance of the planned start of fabrication. The application shall list the specific
units or portion of a work which will be fabricated outside of the United States.

C. The Contractor shall advise the Engineer, in writing, at least 20 days in advance of
the actual start of any of the foreign fabrication.

D. All documents pertaining to the Contract, including but not limited to,
correspondence, bid documents, working drawings and data shall be written in the
English language and all numerical data shall use the International System of Units
(SI) {United States Standard Measures} for measurement.

The use of steel manufactured outside of the United States as unidentified stock material,
as provided in Section 55-2.07, "Unidentified Stock Material," will not be allowed.

6-1.09 STATE SPECIFICATION NUMBERS

The State Specification number of material furnished on the Contract shall conform to the
number specified in these Specifications or the special provisions for the material involved,
except that material conforming to a later specification issue will be acceptable.

6-2 LOCAL MATERIALS

6-2.01 GENERAL

Local material is rock, sand, gravel, earth or other mineral material, other than local borrow
or selected material, obtained or produced from sources in the vicinity of the work
specifically for use on the project. Local material does not include materials obtained from
established commercial sources.

Local materials shall be furnished by the Contractor from any source the Contractor may
elect, except that when mandatory local material sources of certain materials are
designated in the Contract Documents, the Contractor shall furnish material from those
designated mandatory sources.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-35
The Contractor shall be responsible for making all arrangements necessary to obtain
materials from any local material source other than a mandatory local material source. If
the Contractor elects to obtain materials from a possible local material source, subject to
the provisions in Section 6-2.02, "Possible Local Material Sources," the Contractor shall
comply with the requirements of that section. If the Contractor elects to obtain material
from any other non-mandatory source, the Contractor shall furnish the Engineer with
satisfactory evidence that the Contractor has entered into an agreement with the property
owner for obtaining material from that source and with copies of any necessary permits,
licenses and environmental clearances before removing any material from those sources.

The furnishing of local materials from any source is subject to the provisions in Section
2-1.03, "Examination of Plans, Specifications, Contract, and Site of Work," and in Section
6-2, "Local Materials."

Unless described in the Contract Documents as a mandatory local material source, or


authorized in writing by the Engineer, material sources shall not be excavated at locations
where the resulting scars will present an unsightly appearance from any highway. No
payment will be made for material obtained in violation of this provision.

The Contractor shall, at the Contractor's expense, make any arrangements necessary for
hauling over local public and private roads from any source.

When requested by the Contractor in writing, the City of Vallejo will test materials from any
local material source, which has not been previously tested, at Contractors cost and
expense.

Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and
for doing all the work involved in conforming to the provisions in this Section 6-2.01, for
furnishing and producing materials from any source shall be considered as included in the
price paid for the Contract item of work involving the material and no additional
compensation will be allowed therefor.

6-2.02 POSSIBLE LOCAL MATERIAL SOURCES

Where the City of Vallejo has made arrangements with owners of land in the vicinity of a
project for the obtaining of material from an owner's property, the arrangements are made
solely for the purpose of providing all Bidders an equal opportunity to obtain material from
that property. Bidders or Contractors may, upon written request, inspect the documents
evidencing those arrangements between property owners and the City of Vallejo. The
Contractor may, if the Contractor so elects, exercise any rights that have been obtained,
which may be exercised by a Contractor under the arrangements, subject to and upon the
conditions hereinafter set forth.

Arrangements made by the City of Vallejo are not a part of the Contract, and it is expressly
understood and agreed that the City of Vallejo assumes no responsibility to the Bidder or
Contractor whatsoever in respect to the arrangements made with the property owner to
obtain materials therefrom and that the Contractor shall assume all risks in connection with

B-36
the use of the property, the terms upon which the use shall be made, and there is no
warranty or guaranty, either express or implied, as to the quality or quantity of materials
that can be obtained or produced from the property or the type or extent of processing that
may be required in order to produce material conforming to the requirements of the
Contract Documents.

In those instances in which the City of Vallejo has compiled "Materials Information" as
referred to in Section 2-1.03, "Examination of Plans, Specifications, Contract, and Site of
Work," the compilation may include the documents setting forth the arrangement made with
some of the property owners for the obtaining of material from those owners' properties.
The inclusion of these documents therein shall not in any respect operate as a waiver of
any of the provisions in this Section 6-2.02 concerning the documents.

All necessary permits, licenses and environmental clearances needed to enable the
Contractor to use a possible local material source for which the "Materials Information"
compilation for the project does not include permits, licenses and environmental clearances
issued to the City of Vallejo (whether or not the arrangement made by the City of Vallejo
with the owner of the property is included in the compilation) shall be obtained by the
Contractor, and copies thereof shall be furnished the Engineer before any material is
removed from the source.

The Bidder and Contractor shall make such independent investigation and examination as
the Contractor deems necessary to be satisfied as to the quality and quantity of materials
available from the property, the type and extent of processing that may be required in order
to produce material conforming to the requirements of the Contract Documents and the
rights, duties and obligations acquired or undertaken under the arrangement with the
property owner.

Notwithstanding that the Contractor may elect to obtain materials from any such property
owner's property, no material may be obtained from the property unless the Contractor has
first either:

A. Executed a document that will guarantee to hold the owner harmless from all
claims for injury to persons or damage to property resulting from the
Contractor's operations on the property owner's premises and also agree to
conform to all other provisions set forth in the arrangement made between
the City of Vallejo and the property owner, or

B. Entered into an agreement with the owner of the material source on any
terms mutually agreeable to the owner and the Contractor, provided that the
Contractor shall furnish to the Engineer a release, in a form satisfactory to
the Engineer, executed by the owner, relieving the City of Vallejo of any and
all obligations under the City of Vallejo's arrangement with the owner.

If the Contractor elects to obtain material under (1), the use of the site shall be subject to
the terms, conditions and limitations of the arrangement made between the property owner
and the City of Vallejo, and the Contractor shall pay the charges as are provided for in the

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-37
arrangement made by the City of Vallejo with the property owner. Deductions will be made
from any moneys due or that may become due the Contractor under the Contract sufficient
to cover the charges for the material removed.

If the Contractor elects to obtain material under (2), the Contractor shall pay the charges as
are provided for in the agreement between the owner and the Contractor, and deductions
will not be made from any moneys due or that may become due the Contractor under the
Contract to cover the charges.

Before acceptance of the Contract, the Engineer may require the Contractor to submit
written evidence that the owner of the material source is satisfied that the Contractor has
satisfactorily complied with the provisions of either (1), the arrangement between the City
of Vallejo and the owner, or (2), the agreement between the owner and the Contractor, as
the case may be.

Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and
for doing all the work involved in furnishing and producing specified materials from possible
local material sources, including the construction of any access roads or fences and any
clearing, grubbing and stripping of material sources, and all processing of whatever nature
and extent required, shall be considered as included in the price paid for the Contract item
of work involving the material and no additional compensation will be allowed therefor.

6-2.03 MANDATORY LOCAL MATERIAL SOURCES

The Contractor shall perform all work required to obtain and produce acceptable materials
from the mandatory local material sources designated in the Contract Documents and shall
have no right to obtain the materials from any other source or sources. As part of the work
in producing acceptable materials from the mandatory sources, it will be necessary for the
Contractor to perform certain processing of the material as set forth in the Contract
Documents. Any processing of the material required in addition to that specified in the
Contract Documents which, in the opinion of the Engineer, is necessary to produce
acceptable material from the mandatory sources will be paid for as extra work as provided
in Section 4-1.03D.

If the Engineer determines that the designated mandatory local material source or sources
are no longer to be used because they are exhausted or for other reasons, the Engineer
will designate an alternative mandatory local material source or sources from which the
Contractor shall obtain the balance of the material required.

In this case the City of Vallejo will pay the Contractor for the cost of moving the Contractor's
plant to the new mandatory source and erecting the plant as extra work as provided in
Section 4-1.03D. Construction of access roads, fences, clearing and grubbing or stripping
of the new mandatory source, ordered by the Engineer to be performed, will be paid for as
extra work as provided in Section 4-1.03D. The City of Vallejo will also allow or deduct, as
the case may be, the increase or decrease in haul cost due to an increase or decrease in
the length of haul involved. Increased haul costs will be paid for as extra work as provided
in Section 4-1.03D, and deductions for decreased haul will be determined in the same
manner. No allowance or additional compensation will be made for lost time or for delay in

B-38
completing the work due to moving the Contractor's plant from the designated mandatory
source to the alternative mandatory source, other than an extension of time pursuant to the
provisions in Section 8-1.07, "Liquidated Damages." Any processing of the material
required in addition to that specified in the special provisions for the originally designated
mandatory source which, in the opinion of the Engineer, is necessary to produce
acceptable material from the alternative mandatory source will be paid for as extra work as
provided in Section 4-1.03D. The Contractor will be charged the same royalty as provided
in the special provisions for the original designated mandatory local material source.

The Contractor shall, prior to entering a mandatory local material source or an alternative
mandatory local material source, execute a document that will guarantee to hold the owner
of the property harmless from all claims for injury to persons or damage to property
resulting from the Contractor's operations on the property owner's premises. The
document will be prepared by the Engineer for execution by the Contractor.

Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and
for doing all the work involved in obtaining and producing specified materials from
mandatory sources, including the construction of any access roads or fences and any
clearing, grubbing and stripping of mandatory local material sources, except as otherwise
provided for in this Section 6-2.03, shall be considered as included in the price paid for the
Contract item of work involving the material and no additional compensation will be allowed
therefor.

6-3 TESTING

6-3.01 GENERAL

All materials incorporated in the project shall meet the requirements of tests specified in the
Standard Specifications and other minimum requirements specified herein or in the
Contract documents.

The Contractor shall furnish written laboratory reports from a reputable testing or inspection
agency, or written certification from the manufacturer as to compliance with the
Specifications as to the composition, durability and performance of the all materials used in
the project. Certain specification sections may require special items or materials to be
included in the submittal. Reference is made to the technical specifications Section D for
specific instructions.

These reports on any material must be submitted to the Engineer in writing and approved
by the Engineer before incorporating that material in the work. All materials shall be
adequately identified by tags or other means as that material which has been tested and
approved. Lack of proper identification shall be considered adequate cause for rejection of
any material, which cannot be properly inspected on the job.

The City reserves the right to make such additional inspections or tests as it may require
prior to acceptance of any materials, and also reserves the right to reject any material
previously approved because of serious defects or damage discovered subsequent to such

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-39
acceptance. Any material rejected by the City shall immediately be removed from the job
site, and no payment will be allowed therefor.

The Contractor shall bear the expense for all unsatisfactory tests and deductions will be
made from any moneys due or to become due the Contractor, sufficient to cover the cost of
the tests.

Unless otherwise specified, all tests shall be performed in accordance with the methods
used by the City of Vallejo Department of Public Works and shall be made by the Engineer
or the Engineer's designated representative.

The State of California has developed methods for testing the quality of materials and work.
These methods are identified by number and are referred to in the Specifications as
California Test. Copies of individual California Tests are available at the Transportation
Laboratory, Sacramento, California, and will be furnished to interested persons upon
request.

Whenever the Specifications require compliance with specified values for the following
properties, tests will be made by the California Test indicated unless otherwise specified:

Properties California Test


Relative Compaction 216 or 231
Sand Equivalent 217
Resistance (R-value) 301
Grading (Sieve Analysis) 202
Durability Index 229

Whenever a reference is made in the Specifications to a California Test by number, it shall


mean the California Test in effect on the day the Notice to Contractors for the work is
dated.

Whenever the Specifications provide an option between 2 or more tests, the Engineer will
determine the test to be used.

Whenever a reference is made in the Specifications to a specification, manual or test


designation either of the American Society for Testing and Materials, the American
Association of State Highway and Transportation Officials, Federal Specifications or any
other recognized national organization, and the number or other identification representing
the year of adoption or latest revision is omitted, it shall mean the specification, manual or
test designation in effect on the day the Notice to Contractors for the work is dated.
Whenever the specification, manual or test designation provides for test reports (such as
certified mill test reports) from the manufacturer, copies of those reports, identified as to the
lot of material, shall be furnished to the Engineer. The manufacturer's test reports shall
supplement the inspection, sampling and testing provisions in Section 6, "Control of
Materials," and shall not constitute a waiver of the City of Vallejo's right to inspect. When
material which cannot be identified with specific test reports is proposed for use, the

B-40
Engineer may, at the Engineer's discretion, select random samples from the lot for testing.
Test specimens from the random samples, including those required for retest, shall be
prepared in accordance with the referenced specification and furnished by the Contractor at
the Contractor's expense. The number of the samples and test specimens shall be entirely
at the discretion of the Engineer. Unidentified metal products, such as sheet, plate and
hardware shall be subject to the requirements of Section 55-2.07, "Unidentified Stock
Material."

When requested by the Engineer, the Contractor shall furnish, without charge, samples of
all materials entering into the work, and no material shall be used prior to acceptance by
the Engineer, except as provided in Section 6-1.07, "Certificates of Compliance." Samples
of material from local sources shall be taken by or in the presence of the Engineer;
otherwise, the samples will not be considered for testing.

6-3.02 TESTING BY CONTRACTOR

The Contractor shall be responsible for controlling the quality of the material entering the
work and of the work performed, and shall perform testing as necessary to ensure control.
The test methods used for quality control testing shall be as determined by the Contractor.
The results of the testing shall be made available to the Engineer upon request. These
tests are for the Contractor's use in controlling the work and will not be accepted for use as
acceptance tests.

Full compensation for performing quality control tests and making the results available to
the Engineer shall be considered as included in the Contract prices paid for the various
items of work involved and no additional compensation will be allowed therefor.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-41
B-42
SECTION 7: LEGAL RELATIONS AND RESPONSIBILITY

7-1.01 LAWS TO BE OBSERVED

The Contractor shall keep fully informed of all existing and future laws, ordinances and
regulations which in any manner affect those engaged or employed in the work, or the
materials used in the work, or which in any way affect the conduct of the work, and of all
orders and decrees of bodies or tribunals having any jurisdiction or authority over the same.
The Contractor shall at all times observe and comply with, and shall cause all the
Contractor's agents and employees to observe and comply with all existing and future laws,
ordinances, regulations, orders and decrees of bodies or tribunals having any jurisdiction or
authority over the work; and shall protect and indemnify the City of Vallejo, and all officers
and employees thereof connected with the work, including but not limited to the Director
and the Engineer, against any claim or liability arising from or based on the violation of any
law, ordinance, regulation, order or decree, whether by the Contractor or the Contractor's
employees. If any discrepancy or inconsistency is discovered in the Contract Documents
for the work in relation to any law, ordinance, regulation, order or decree, each Bidder and
the Contractor shall forthwith report the same to the Engineer in writing.

7-1.01A LABOR CODE REQUIREMENTS

Attention is directed to the following requirements of the Labor Code:

7-1.01A(1) HOURS OF LABOR

Eight hours labor constitutes a legal day's work. The Contractor or any subcontractor
under the Contractor shall forfeit, as a penalty to the State of California, $25 for each
worker employed in the execution of the Contract by the respective Contractor or
subcontractor for each calendar day during which that worker is required or permitted to
work more than 8 hours in any one calendar day and 40 hours in any one calendar week in
violation of the requirements of the Labor Code, and in particular, Section 1810 to Section
1815, thereof, inclusive, except that work performed by employees of Contractors in excess
of 8 hours per day, and 40 hours during any one week, shall be permitted upon
compensation for all hours worked in excess of 8 hours per day at not less than one and
one-half times the basic rate of pay, as provided in Section 1815 thereof.

7-1.01A(2) PREVAILING WAGE

The Contractor and any subcontractor under the Contractor shall comply with Labor Code
Sections 1774 and 1775. Pursuant to Section 1775, the Contractor and any subcontractor
under the Contractor shall forfeit to the City of Vallejo or political subdivision on whose
behalf the Contract is made or awarded a penalty of not more than fifty dollars ($50) for
each calendar day, or portion thereof, for each worker paid less than the prevailing rates as
determined by the Director of Industrial Relations for the work or craft in which the worker is
employed for any public work done under the Contract by the Contractor or by any
subcontractor under the Contractor in violation of the requirements of the Labor Code and
in particular, Labor Code Sections 1770 to 1780, inclusive. The amount of this forfeiture
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-43
shall be determined by the Labor Commissioner and shall be based on consideration of the
mistake, inadvertence, or neglect of the Contractor or subcontractor in failing to pay the
correct rate of prevailing wages, or the previous record of the Contractor or subcontractor in
meeting their respective prevailing wage obligations, or the willful failure by the Contractor
or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or
neglect in failing to pay the correct rate of prevailing wages is not excusable if the
Contractor or subcontractor had knowledge of the obligations under the Labor Code. In
addition to the penalty and pursuant to Labor Code Section 1775, 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 shall be
paid to each worker by the Contractor or subcontractor. If a worker employed by a
subcontractor on a public works project is not paid the general prevailing per diem wages
by the subcontractor, the prime Contractor of the project is not liable for the penalties
described above unless the prime Contractor had knowledge of that failure of the
subcontractor to pay the specified prevailing rate of wages to those workers or unless the
prime Contractor fails to comply with all of the following requirements:

A. The Contract executed between the Contractor and the subcontractor for the
performance of work on the public works project shall include a copy of the
requirements in Sections 1771, 1775, 1776, 1777.5, 1813 and 1815 of the Labor
Code.

B. The Contractor shall monitor the payment of the specified general prevailing rate of
per diem wages by the subcontractor to the employees, by periodic review of the
certified payroll records of the subcontractor.

C. Upon becoming aware of the subcontractor's failure to pay the specified prevailing
rate of wages to the subcontractor's workers, the Contractor shall diligently take
corrective action to halt or rectify the failure, including, but not limited to, retaining
sufficient funds due the subcontractor for work performed on the public works
project.

D. Prior to making final payment to the subcontractor for work performed on the public
works project, the Contractor shall 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 to the subcontractor's employees on the public
works project and any amounts due pursuant to Section 1813 of the Labor Code.

Pursuant to Section 1775 of the Labor Code, the Division of Labor Standards Enforcement
shall notify the Contractor on a public works project within 15 days of the receipt by the
Division of Labor Standards Enforcement of a complaint of the failure of a subcontractor on
that public works project to pay workers the general prevailing rate of per diem wages. If
the Division of Labor Standards Enforcement determines that employees of a subcontractor
were not paid the general prevailing rate of per diem wages and if the City of Vallejo did not
retain sufficient money under the Contract to pay those employees the balance of wages
owed under the general prevailing rate of per diem wages, the Contractor shall withhold an
amount of moneys due the subcontractor sufficient to pay those employees the general
prevailing rate of per diem wages if requested by the Division of Labor Standards

B-44
Enforcement. The Contractor shall pay any money retained from and owed to a
subcontractor upon receipt of notification by the Division of Labor Standards Enforcement
that the wage complaint has been resolved. If notice of the resolution of the wage
complaint has not been received by the Contractor within 180 days of the filing of a valid
notice of completion or acceptance of the public works project, whichever occurs later, the
Contractor shall pay all moneys retained from the subcontractor to the City of Vallejo.
These moneys shall be retained by the City of Vallejo pending the final decision of an
enforcement action.

Pursuant to the requirements in Section 1773 of the Labor Code, the City of Vallejo has
obtained the general prevailing rate of wages (which rate includes employer payments for
health and welfare, pension, vacation, travel time and subsistence pay as provided for in
Section 1773.8 of the Labor Code, apprenticeship or other training programs authorized by
Section 3093 of the Labor Code, and similar purposes) applicable to the work to be done,
for straight time, overtime, Saturday, Sunday and holiday work. The holiday wage rate
listed shall be applicable to all holidays recognized in the collective bargaining agreement
of the particular craft, classification or type of workmen concerned.

General prevailing wage rates are also available from the California State Department of
Industrial Relations' Internet Web Site at:
http://www.dir.ca.gov/OPRL/dprewagedetermination.htm

The wage rates determined by the Director of Industrial Relations for the project refer to
expiration dates. Prevailing wage determinations with a single asterisk after the expiration
date are in effect on the date of advertisement for bids and are good for the life of the
Contract. Prevailing wage determinations with double asterisks after the expiration date
indicate that the wage rate to be paid for work performed after this date has been
determined. If work is to extend past this date, the new rate shall be paid and incorporated
in the Contract. The Contractor shall contact the Department of Industrial Relations as
indicated in the wage rate determinations to obtain predetermined wage changes.

Pursuant to Section 1773.2 of the Labor Code, general prevailing wage rates shall be
posted by the Contractor at a prominent place at the site of the work.

Changes in general prevailing wage determinations which conform to Labor Code Section
1773.6 and Title 8 California Code of Regulations Section 16204 shall apply to the project
when issued by the Director of Industrial Relations at least 10 days prior to the date of the
Notice to Contractors for the project.

The City of Vallejo will not recognize any claim for additional compensation because of the
payment by the Contractor of any wage rate in excess of the prevailing wage rate set forth
in the Contract. The possibility of wage increases is one of the elements to be considered
by the Contractor in determining the bid, and will not under any circumstances be
considered as the basis of a claim against the City of Vallejo on the Contract by Contractor.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-45
7-1.01A(2)(A) TRAVEL AND SUBSISTENCE PAYMENTS

Attention is directed to the requirements in Section 1773.8 of the Labor Code. The
Contractor shall make travel and subsistence payments to each workman, needed to
execute the work, in conformance with the requirements in Labor Code Section 1773.8.

Full compensation for conforming to the requirement of this section shall be considered as
included in the prices paid for the various contract items of work involved and no additional
compensation will be allowed, therefore.

7-1.01A(3) PAYROLL RECORDS

Attention is directed to the requirements in Labor Code Section 1776, a portion of which is
quoted below. Regulations implementing Labor Code Section 1776 are located in Sections
16016 through 16019 and Sections 16207.10 through 16207.19 of Title 8, California Code
of Regulations.

A. Each Contractor and subcontractor shall keep accurate payroll records, showing the
name, address, social security number, work classification, straight time and
overtime hours worked each day and week, and the actual per diem wages paid to
each journeyman, apprentice, worker, or other employee employed by him or her in
connection with the public work. Each payroll record shall contain or be verified by a
written declaration that it is made under penalty of perjury, stating both of the
following:

1. The information contained in the payroll record is true and correct.

2. The employer has complied with the requirements of Sections 1771, 1811,
and 1815 for any work performed by his or her employees on the public
works project.

B. The payroll records enumerated under subdivision (a) shall be certified and shall be
available for inspection at all reasonable hours at the principal office of the
Contractor on the following basis:

1. A certified copy of an employee's payroll record shall be made available for


inspection or furnished to the employee or his or her authorized
representative on request.

2. A certified copy of all payroll records enumerated in subdivision (a) shall be


made available for inspection or furnished upon request to a representative
of the body awarding the Contract, the Division of Labor Standards
Enforcement, and the Division of Apprenticeship Standards of the
Department of Industrial Relations.

3. A certified copy of all payroll records enumerated in subdivision (a) shall be


made available upon request by the public for inspection or for copies
thereof. However, a request by the public shall be made through either the

B-46
body awarding the Contract, the Division of Apprenticeship Standards, or the
Division of Labor Standards Enforcement. If the requested payroll records
have not been provided pursuant to paragraph (2), the requesting party shall,
prior to being provided the records, reimburse the costs of preparation by the
Contractor, subcontractors, and the entity through which the request was
made. The public shall not be given access to the records at the principal
office of the Contractor.

C. The certified payroll records shall be on forms provided by the Division of Labor
Standards Enforcement or shall contain the same information as the forms provided
by the division.

D. A Contractor or subcontractor shall file a certified copy of the records enumerated in


subdivision (a) with the entity that requested the records within 10 days after receipt
of a written request.

E. Any copy of records made available for inspection as copies and furnished upon
request to the public or any public agency by the awarding body, the Division of
Apprenticeship Standards, or the Division of Labor Standards Enforcement shall be
marked or obliterated in a manner so as to prevent disclosure of an individual's
name, address and social security number. The name and address of the
Contractor awarded the Contract or the subcontractor performing the Contract shall
not be marked or obliterated.

F. The Contractor shall inform the body awarding the Contract of the location of the
records enumerated under subdivision (a), including the street address, city and
county, and shall, within five working days, provide a notice of a change of location
and address.

G. The Contractor or subcontractor shall have 10 days in which to comply subsequent


to receipt of a written notice requesting the records enumerated in subdivision (a).
In the event that the Contractor or subcontractor fails to comply within the 10-day
period, he or she shall, as a penalty to the state or political subdivision on whose
behalf the Contract is made or awarded, forfeit twenty-five dollars ($25) for each
calendar day, or portion thereof, for each worker, until strict compliance is
effectuated. Upon the request of the Division of Apprenticeship Standards or the
Division of Labor Standards Enforcement, these penalties shall be withheld from
progress payments then due. A Contractor is not subject to a penalty assessment
pursuant to this section due to the failure of a subcontractor to comply with this
section."

The penalties specified in subdivision (g) of Labor Code Section 1776 for noncompliance
with the requirements in Section 1776 may be deducted from any moneys due or which
may become due to the Contractor.

All contractors and subcontractors must furnish electronic certified payroll records directly
to the Labor Commissioner (aka Division of Labor Standards Enforcement). Payrolls shall

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-47
contain the full name, address and social security number of each employee, the
employee's correct classification, rate of pay, daily and weekly number of hours worked,
itemized deductions made and actual wages paid. They shall also indicate apprentices and
ratio of apprentices to journeymen. The employee's address and social security number
need only appear on the first payroll on which that name appears. The payroll shall be
accompanied by a "Statement of Compliance" signed by the employer or the employer's
agent indicating that the payrolls are correct and complete and that the wage rates
contained therein are not less than those required by the Contract. The "Statement of
Compliance" shall be on forms furnished by the City of Vallejo or on any form with identical
wording. The Contractor shall be responsible for the submission of copies of payrolls of all
subcontractors.

If by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all
work performed during the monthly period ending on or before the 1st of that month, the
City of Vallejo may retain an amount equal to 10 percent of the estimated value of the work
performed (exclusive of Mobilization) during the month from the next monthly estimate,
except that this retention shall not exceed $10,000 nor be less than $1,000. Retentions for
failure to submit satisfactory payrolls shall be additional to all other retentions provided for
in the Contract. The retention for failure to submit payrolls for any monthly period will be
released for payment on the monthly estimate for partial payments next following the date
that all the satisfactory payrolls for which the retention was made are submitted.

The Contractor and each subcontractor shall preserve their payroll records for a period of 3
years from the date of completion of the Contract.

7-1.01A(4) LABOR NONDISCRIMINATION

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 handicap, medical
condition, marital status, or sex 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 a violation of this chapter."

Attention is directed to the following "Nondiscrimination Clause" that is required by Chapter


5 of Division 4 of Title 2, California Code of Regulations.

NONDISCRIMINATION CLAUSE

During the performance of this Contract, Contractor and its SUBCONTRACTORS


shall not unlawfully discriminate against any employee or applicant for employment
because of race, religion, color, national origin, ancestry, physical handicap, medical
condition, marital status, age (over 40) or sex. Contractors and
SUBCONTRACTORS shall ensure that the evaluation and treatment of their
employees and applicants for employment are free of such discrimination.
Contractors and SUBCONTRACTORS shall comply with the provisions of the Fair
Employment and Housing Act (Gov. Code, Section 12990 et seq.) and the

B-48
applicable regulations promulgated thereunder (California Code of Regulations, Title
2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and
Housing Commission implementing Government Code, Section 12990, set forth in
Chapter 5 of Division 4 of Title 2 of the California Code of Regulations are
incorporated into this Contract by reference and made a part hereof as if set forth in
full. Contractor and its SUBCONTRACTORS shall give written notice of their
obligations under this clause to labor organizations with which they have a collective
bargaining or other agreement.

The Contractor shall include the nondiscrimination and compliance provisions of this clause
in all subcontracts to perform work under the Contract.

7-1.01A(5) APPRENTICES

Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code
and Title 8, California Code of Regulations Section 200 et seq. To ensure compliance and
complete understanding of the law regarding apprentices, and specifically the required ratio
thereunder, each Contractor or subcontractor should, where some question exists, contact
the Division of Apprenticeship Standards, 455 Golden Gate Avenue, San Francisco, CA
94102, or one of its branch offices prior to commencement of work on the public works
Contract. Responsibility for compliance with this section lies with the Contractor.

It is City of Vallejo policy to encourage the employment and training of apprentices on


public works Contracts as may be permitted under local apprenticeship standards.

A. Only registered apprentices within a written agreement in an approved apprentice-


training program providing no less than 2,000 hours of continuous employment and
education are eligible for employment on public works (in compliance with Labor
Section 3077).

B. A contractor is no longer required to submit Form DAS-7, but must submit award
information to the local applicable joint apprenticeship committee. The award
information must include:

an estimate of the journeyman hours;

the number of apprentices to be employed; and

the approximate dates of apprentice employment.

C. The minimum statutory 1:5 hourly ratio of work stipulates that no less than one hour
of apprentice work for every five hours of journeyman labor on any day of work.
(Any journeyman work performed beyond 8 hours per day or 40 hours per week
shall not be used to calculate the hourly ratio).

This section shall not apply to specialty contractors or general contractors whose
contracts involve less than Thirty Thousand Dollars ($30,000.00) or 20 working

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-49
days.

The Division of Apprenticeship Standards may grant a certificate exempting the


contractor from the minimum 1:5 hourly ratios under any one of the following:

Unemployment exceeds an average of 15% in the area for the previous 3-month
period;

The number of apprentices in training in such area exceeds a ratio of 1:5;

The apprentice able craft or trade is replacing at least one-thirtieth of its journeymen
annually through apprenticeship training, either locally or statewide;

The specific task would jeopardize the apprentice's life or public safety or no training
can be provided to an apprentice by a journeyman for the specific task.

D. Apprentices employed on public works projects can only be assigned to perform


work of the craft or trade to which the apprentice is registered.

E. All contractors with employees in any apprentice able occupation, regardless of the
actual employment of journeymen or apprentices for the awarded public work, must
either contribute to the local training trust fund or to the California Apprenticeship
Council, P.O. Box 603, San Francisco, CA 94101 (as set forth in Section 227).

F. All violations of Section 1777.5 shall pay a civil penalty of Fifty Dollars ($50.00) for
each calendar day of noncompliance.

All willful violations of Section 1777.5 shall pay the $50.00 fine for each calendar day
of noncompliance and shall be denied the right to bid on, or to receive, any public
works contract for a period of up to one year for the first violation and up to three
years for any additional violations.

Compliance disputes arising under Section 177.5 shall be adjudicated under 8 California
Code of Regulations, Article 1.

G. Within five (5) days of a public works contract award, the awarding agency must
send a copy of the award to the Division of Apprenticeship Standards under Section
1773.3.

Within five (5) days of finding any discrepancy regarding the hourly ratio of
apprentices to journeymen, the awarding agency shall notify the Division of
Apprenticeship Standards.

H. The Contractor shall be responsible for compliance for all apprentice able
occupations within these sections.

7-1.01A(6) WORKERS' COMPENSATION

B-50
Pursuant to the requirements in Section 1860 of the Labor Code, the Contractor will be
required to secure the payment of workers' compensation to the Contractor's employees in
conformance with the requirements in Section 3700 of the Labor Code.

Prior to the commencement of work, the Contractor shall sign and file with the Engineer a
certification in the following form:

"I am aware of the provisions of Section 3700 of the Labor Code which require every
employer to be insured against liability for workers' compensation or to undertake
self-insurance in accordance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this Contract."

This certification is incorporated in the Contract by reference, and signature and return of
the Contract as provided in Section 3-1.03, "Execution of Contract," shall constitute signing
and filing of the certificate.

7-1.01A(7) SUITS TO RECOVER PENALTIES AND FORFEITURES

Attention is directed to Sections 1730 to 1733, inclusive, of the Labor Code concerning
suits to recover amounts withheld from payment for failure to comply with requirements of
the Labor Code or Contract provisions based on those laws.

Those sections provide that a suit on the Contract for alleged breach thereof in not making
the payment is the exclusive remedy of the Contractor or the Contractor's assignees with
reference to amounts withheld for those penalties or forfeitures; and that the suit must be
commenced and actual notice thereof received by the awarding authority prior to 90 days
after completion of the Contract and the formal acceptance of the job.

7-1.01B FAIR LABOR STANDARDS ACT

The attention of Bidders is invited to the fact that the City of Vallejo has been advised by
the Wage and Hour Division, U.S. Department of Labor, that Contractors engaged in
highway construction work are required to meet the provisions of the Fair Labor Standards
Act of 1938 and as amended (52 Stat. 1060).

7-1.01C CONTRACTOR'S LICENSING LAWS

Attention is directed to the provisions of Chapter 9 of Division 3 of the Business and


Professions Code concerning the licensing of Contractors. Contractor shall be properly
licensed at all times during the performance of the work and performance of the Contract.

All Bidders and Contractors shall be licensed in accordance with the laws of this State and
any bidder or Contractor not so licensed is subject to the penalties imposed by those laws.

Attention is also directed to the requirements in Public Contract Code Section 10164. In all
projects where Federal funds are involved, the Contractor shall be properly licensed at the
time the Contract is awarded.
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-51
7-1.01D VEHICLE CODE

Pursuant to the authority contained in Vehicle Code Section 591, the City of Vallejo has
determined that within those areas that are within the limits of the project and are open to
public traffic, the Contractor shall comply with all the requirements set forth in Divisions 11,
12, 13, 14 and 15 of the Vehicle Code.

Attention is directed to the statement in Vehicle Code Section 591 that this section shall not
relieve the Contractor or any person from the duty of exercising due care. The Contractor
shall take all necessary precautions for safe operation of the Contractor's equipment and
the protection of the public from injury and damage from the Contractor's equipment.

7-1.01E TRENCH SAFETY

Attention is directed to the requirements in Section 6705 of the Labor Code concerning
trench excavation safety plans.

The Contractor is warned that when the work involves existing sewers and appurtenances
that have been exposed to sewage and industrial wastes, these facilities shall be
considered contaminated with disease-causing organisms. Personnel in contact with
contaminated facilities, debris, waste water, or similar items shall be advised by the
Contractor of the necessary precautions that must be taken to avoid becoming diseased. It
is the Contractor's responsibility to urge his/her personnel to observe a strict regimen of
proper hygienic precautions, including any inoculations recommended by the local public
health officer.

Because of the potential danger of solvents, gasoline, and other hazardous material in the
existing sewers and storm drain pipes, these areas shall be considered hazardous. The
Contractor shall be aware of these dangers and shall comply with Article 108, "Confined
Spaces," of the General Industrial Safety Orders contained in Title 8 of the California
Administrative Code.

In the event that this Contract requires the excavation of any trench or trenches in excess
of five feet in depth, Contractor shall prepare a detailed design 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 trenches. Said detailed design plan
and subsequent excavating operations shall fully comply with all local, state and federal
regulations including, but not limited to, the Construction Safety Orders, Section 1539,
Permits and Section 1540 et seq., Excavation.

7-1.01F AIR POLLUTION CONTROL

The Contractor shall comply with all air pollution control rules, regulations, ordinances and
statutes which apply to any work performed pursuant to the Contract, including any air
pollution control rules, regulations, ordinances and statutes, specified in Section 11017 of
the Government Code.

B-52
Unless otherwise provided in the special provisions, material to be disposed of shall not be
burned, either inside or outside the highway right of way.

7-1.01G WATER POLLUTION CONTROL

7-1.01G(1) GENERAL

The intent of these requirements is to enforce federal, state, and other local agency
regulation prohibiting storm water pollution from construction sites. The storm drain system
discharges directly to creeks and the San Francisco Bay without treatment. Therefore,
pollutant discharge into the storm drain system is strictly prohibited. Here pollutant
discharge means any substance, material, or waste, and discharges NOT permitted under
the National Pollutant Discharge Elimination System (NPDES) regulated by the State of
California Regional Water Quality Control Board (RWQCB) or the United States
Environmental Protection Agency (EPA) other than uncontaminated stormwater.

The Contractor shall conform to all applicable local, state and Federal regulations and laws
pertaining to water pollution control. As applicable, the Contractor shall obtain Water
Pollution Control Permits and file all documents including, but not limited to, the State of
California Construction General Permit, Stormwater Pollution Prevention Plan. The
Contractor shall conduct and schedule operations and follow and implement Best
Management Practices (BMPs) in such a manner as to prevent water pollution. The
Contractor shall also conform to the following requirements:

1) Sediments shall not be discharged to a storm drain system or receiving waters. In


this subsection, the term "storm drain system" shall include storm water conduits,
storm drain inlets and other storm drain structures, street gutters and paved
surfaces. In this subsection receiving waters shall include channels, watercourses,
creeks, lakes, the Mare Island Strait, the Carquinez Strait, and the San Francisco
Bay.

2) Sediments generated on the Work site shall be contained within the Work site using
appropriate BMPs.

3) No construction-related materials, waste, spill or residue shall be discharged from


the Work site to streets, drainage facilities, receiving waters or adjacent property by
wind or runoff.

4) Non-storm water runoff from equipment, vehicle washing or any other activity shall
be contained within the Work site using appropriate BMPs.

5) Erosion shall be prevented. Erosion-susceptible slopes shall be covered, planted or


otherwise protected in a way that prevents discharge from the Work site.

In this subsection, the term storm drain system shall include water conduits, storm drain
inlets and other storm drain structures, street gutters and paved surfaces, channels,
watercourses, creek, lakes, the estuary, and the San Francisco Bay.
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-53
The Engineer will notify the Contractor of the acceptance or rejection of any submitted or
revised water pollution control program.

The City of Vallejo will not be liable to the Contractor for failure to accept all or any portion
of an originally submitted or revised water pollution control program, nor for any delays to
the work due to the Contractor's failure to submit an acceptable water pollution control
program.

Nothing in the terms of the Contract Documents nor in the provisions in this Section 7
1.01G Water Pollution Control shall relieve the Contractor of the responsibility for
compliance with Sections 5650 and 12015 of the Fish and Game Code, or other applicable
statutes relating to prevention or abatement of water pollution.

7-1.01G(2) BEST MANAGEMENT PRACTICES (BMP)

For the purpose of eliminating stormwater pollution, the Contractor shall implement
effective control measures known as Best Management Practices (BMPs). BMPs include
schedules of activities, prohibition of practices, general good housekeeping practices,
operational practices, pollution prevention practices, maintenance procedures, and other
management procedures to prevent pollutant discharge directly or directly into the storm
drain system. BMPs also include the construction of some facilities that may be required to
prevent, control, and abate stormwater pollution.

The Contractor shall implement and maintain such BMPs as are relevant to the work, and
as are specifically required by the project plans or Specifications. The Contractor shall be
responsible throughout the Contract duration for installing, constructing, inspecting,
maintaining, removing and disposing of BMPs for wind erosion control, tracking control,
erosion and sediment control, non-storm water control, and waste management and
materials pollution control. Unless otherwise directed by the Engineer, the Contractor shall
be responsible for BMP implementation and maintenance throughout any temporary
suspension of the Work. Guidance for appropriate implementation of BMPs can be found
in the 7-1.01G(5) Reference Publications, below.

7-1.01G(3) STORM WATER POLLUTION PREVENTION PLAN (SWPPP)

When so specified in the Specifications, or if so required by a jurisdictional regulatory


agency, the Contractor shall prepare and submit a Storm Water Pollution Prevention Plan
(SWPPP). The SWPPP shall conform to the requirements specified in the Specifications
and those of the jurisdictional regulatory agency. The Notice of Intent will be filed by the
City.

7-1.01G(4) DEWATERING

Dewatering shall be performed by the Contractor when specifically required by the project
plans or Specifications, and as necessary for construction of the Work. Dewatering shall be
performed in conformance with all applicable local, state and Federal laws and permits
issued by jurisdictional regulatory agencies. Permits necessary for treatment and disposal

B-54
of accumulated water shall be obtained by the Contractor or the Agency as specified in the
Special Provisions. Accumulated water shall be treated prior to disposal if so specified in
the Specifications or required by a permit. The contractor shall submit a working drawing
and related supporting information detailing its proposed plan and methodology and
treatment and disposal of accumulated water. To the maximum extent practical, the
Contractor shall reuse non-toxic, de-silted water for other onsite needs, such as dust
control and irrigation.

The plan shall identify the location, type and size of dewatering devices and related
equipment, the size and type of materials composing the collection system, the size and
type of equipment to be used to retain and, if required, treat accumulated water, and the
proposed disposal locations. If the proposed disposal location is a sanitary sewer, the
Contractor shall submit to the Engineer written evidence of permission from the owner. If
the proposed disposal location is a storm drain system or receiving body of water, the
Contractor shall submit written evidence of permission from the owner of the storm drain
system and, if not obtained by the City, original signed permits from jurisdictional regulatory
agencies or written evidence that such permits are not required.

7-1.01G(5) REFERENCE PUBLICATIONS

Reference publications are as follows:

1. California State Water Resources Control Board (SWRCB) Construction General


Permit Order 2009-009-DWQ adopted on September 2, 2009. Available at: the
following website:
http://www.swrcb.ca.gov/board_decisions/adopted_orders/water_quality/2012/wqo2
012_0006_dwq.pdf

2. California Stormwater Quality Association (CASQA) Stormwater Best Management


Practice Handbook. Available at: the following website:
www.casqa.org/resources/bmp-handbooks/construction

3. Erosion and Sediment Control Field Manual, San Francisco Regional Water Quality
Control Board (SFRWQCB) Available from Friends of the San Francisco Estuary,
1515 Clay Street, Suite 1400, Oakland, CA 94612 (510) 622-2419 or (510) 622-
2337. Available at: the following website:
www.abag.ca.gov/abag/overview/pub/erosion.html

4. Manual of Standards for Erosion and Sediment Control Measures. Association of


Bay Area Governments (ABAG.) Available from ABAG, 101 8th Street, Oakland,
CA 94607, (510) 464-7900. Available at: the following website:
www.abag.ca.gov/abag/overview/pub/erosion.html

5. CalTrans Stormwater Quality Handbooks. Available at: the following website:


www.dot.ca.gov/hq/construc/stormwater/CSBMPM_303_Final.pdf

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-55
7-1.01G(6) MATERIAL STORAGE

Storage and exposure of raw materials, by-products, finished products, and containers shall
be controlled as described below:

1. All construction materials shall be stored at least ten feet away from inlets, catch
basins, and curb returns. The Contractor shall not allow any material to enter the
storm drain system. Measures shall be taken to maintain a neat and protected pile.
At the end of each working day, the Contractor shall collect and dispose of all
scrap, debris, and waste material excluding materials set aside for recycling and
salvage. Materials set aside for recycling and salvage shall be delivered to the
recycling station within five days.

2. Materials that can contaminate rainwater or be transported by storm water or other


runoff to the storm drain system require special storage. During wet weather or
when rain is forecast, the Contractor shall store such materials inside a building or
cover them with a tarp or other waterproof material secured with weighted tires or
sandbags to prevent contact with rain.

3. The Contractor is reminded that storage and disposal of all hazardous materials
such as paints, thinners, solvents, and fuels; and all hazardous wastes such as
waste oil, must meet all federal, state and local standards and requirements.

7-1.01G(7) PAVEMENT SAW CUTTING OPERATIONS

The Contractor shall prevent any saw cutting debris from entering the storm drain system.
The Contractor shall preferably use dry cutting techniques and sweep up residue. If wet
methods are used, the Contractor shall vacuum slurry as cutting proceeds or collect all
wastewater by constructing a sandbag sediment barrier. The bermed area shall be of
adequate size to collect all wastewater and solids. The Contractor shall allow collected
water to evaporate, as approved by the Engineer, if the wastewater volume is minimal and
if maintaining the ponding area does not interfere with public use of the street area, create
a safety hazard, or does not create standing water that remains longer than 72 hours. If
the Engineer approves, the Contractor may direct or pump saw cutting wastewater to a dirt
area for infiltration. This dirt area shall be adequate to contain all the wastewater. After
wastewater has infiltrated, all remaining saw cutting residue must be removed and
disposed of properly.

With the approval of Vallejo Sanitation and Flood Control District (VSFCD) and the
Engineer, de-silted water may be pumped to the sanitary sewer to assist in the evaporation
or infiltration process. Remaining silt and debris from the ponding or bermed area shall be
removed or vacuumed and disposed of properly. If a suitable dirt area is not available or
discharge to the sanitary sewer is not feasible, with the Engineers approval the Contractor
shall filter the saw-cutting wastewater through filtering materials and methods meeting
ABAG Standards for Erosion and Sedimentation Control Measures (latest edition) before
discharging this wastewater to the storm drain.

B-56
7-1.01G(8) PAVEMENT OPERATIONS

The Contractor shall prevent the discharge of pollutants from paving operations by using
measures to prevent run-on and runoff pollution, properly disposing of wastes, and by
implementing the following Best Management Practices:

a. No paving during wet weather.

b. Store materials as required by 7-1.01G(6) Material Storage,

c. Cover inlets and manholes when applying asphalt, seal coat, tack coat, slurry seal,
fog seal, etc.

d. Place drip pans or absorbent materials under paving equipment when not in use.
During wet weather store contaminated paving equipment indoors or cover with tarp
or other waterproof covering.

e. Sweep work site daily to prevent sand, gravel or excess asphalt from entering, or
being transported by rain, into the storm drain system.

f. Keep ample supplies of drip pans or absorbent materials on-site.

g. If paving involves Portland cement concrete, refer to 7-1.01G(6) Material Storage.

7-1.01G(9) CONCRETE OPERATIONS

The Contractor shall prevent pollutant discharge from concrete operations by using
measures to prevent run-on and runoff pollution, by properly disposing of wastes, and by
implementing the following BMPs:

a. Store all materials in waterproof containers or under cover away from drain inlets or
drainage areas.

b. Avoid mixing excess amounts of Portland cement materials.

c. Do not wash out concrete trucks into storm drains, open ditches, streets, streams
etc. Whenever possible, perform washout of concrete trucks off site where
discharge is controlled and not permitted to discharge to the storm drain system.

For on-site washout:

i. Locate washout area at least 50 feet from storm drains, open ditches or other
water bodies, preferably in a dirt area. Prevent runoff from this area by
constructing a temporary pit or bermed area large enough to store the liquid
and solid waste.

ii. Wash out concrete wastes into the temporary pit where the concrete can set,

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-57
be broken up and then disposed of properly. If the water volume greater than
what will allow concrete to set, allow the wash water to infiltrate and/or
evaporate, if possible. Otherwise, allow wash water to settle, then filter and
pump it to the sanitary sewer with approval from VSFCD and the Engineer.
Remove or vacuum the remaining silt and debris from the ponding or bermed
area and dispose of it properly.

d. Dispose of wastewater from exposed aggregate washing to a dirt area adequate to


contain all the wastewater. Once the wastewater has infiltrated, remove any
remaining residue. If a suitable dirt area is not available, filter the wash water
through straw bales or other filtering materials meeting ABAG Standards for Erosion
and Sediment Control Measures before discharging the wash water to the sanitary
sewer with approval from VSFCD and the Engineer.

e. Collect and return sweepings from exposed aggregate concrete to a stockpile or


dispose of the waste in a trash container.

7-1.01G(10) GRADING AND EXCAVATION OPERATIONS

The Contractor shall implement sedimentation and erosion control measures to prevent
sediments or excavated material from entering the storm drain system.

The erosion and sedimentation control materials and methods shall be in accordance with
ABAG Standards for Erosion and Sediment Control Measures and/or the procedures and
methods described in the SFRWQCB Erosion and Sediment Control Field Manual.

At a minimum, the Contractor shall install filter materials (such as sandbags, filter fabric,
etc.) at storm drain inlet(s) located in and downstream of the project site. These materials
must be in place between October 15 and April 15 and also when rain is forecast within 24
hours. The Contractor shall install filter materials or seal all surface inlet openings during
the dry season or if there is potential for sediment or excavated material to be discharged
to the storm drain system during the construction operation (e.g. sediments and debris
tracked by construction vehicles, wind-blown or transported by other runoff). The storm
drain inlets shall be sealed such that they can be opened in an emergency and unblocked
at the end of each working day, so that no property is damaged as a result of accidents or
overflows.

Sedimentation and erosion control/filter materials shall be placed in a manner to restrain


any debris or sediment from flowing into the storm drain system. Said materials or control
devices shall also be maintained and/or replaced as necessary to ensure effective
sediment control and to prevent flooding.

7-1.01G(11) SPILL PREVENTION AND CONTROL

The Contractor shall take all precautions to prevent accidental spills during construction.
However, in the event of a spill, the Contractor shall immediately contain any leaks/spills to
prevent them from entering the storm drain system. The Contractor shall properly clean up
and dispose of spilled wastes and resulting clean-up materials. If the spilled waste is

B-58
hazardous, the Contractor shall comply with all federal, state and local hazardous waste
requirements.

a. The Contractor shall not wash any spilled material into the streets, gutters, storm
drains, or creeks.

b. The Contractor shall report any hazardous materials spill immediately to the Vallejo
Fire Department, the Solano County Department of Resource Management
Environmental Services Division Hazardous Materials Section and other state and
local agencies as required by state and local regulations.

7-1.01G(12) VEHICLE/EQUIPMENT CLEANING

The use of soaps, solvents, de-greasers, steam cleaning equipment or equivalent methods
for vehicle or equipment cleaning on-site or in the street is not permitted. Vehicle or
equipment may be cleaned only with water in a designated, bermed area of adequate size.
Rinse water may not runoff site or into the storm drain system. The rinse-water shall be
permitted to infiltrate in dirt area or shall be discharged to the sanitary sewer with the
approval of VSFCD and the Engineer.

The Contractor shall dispose of wash water from the cleaning of water-based paint
equipment and tools to the sanitary sewer.

When using oil-based paint the Contractor shall, to the maximum extent practicable, filter
the paint thinner and solvents for reuse. Any waste thinner, solvent, and sludge from the
cleaning of equipment and tools shall be disposed as hazardous waste.

7-1.01G(13) CONTRACTOR TRAINING AND AWARENESS

The Contractor shall train all employees on the water pollution prevention requirements
contained in these specifications. The Contractor shall inform all subcontractors of the
water pollution prevention contract requirements and include appropriate subcontract
provisions to ensure that these requirements are met.

The Contractor shall mark all new catch basins constructed as part of the project with storm
drain markers with the logo "No Dumping: Drains to the Bay". Storm drain markers shall be
approved by the City Engineer.

7-1.01G(14) GOOD HOUSEKEEPING PRACTICES

The Contractor shall implement the following applicable good housekeeping practices.

a. Store all materials that have the potential to be transported to the storm drain
system by storm runoff or by a spill under cover in a contained area or in sealed
waterproof containers.

b. Use ground tarps to collect fallen debris or splatters that could contribute to storm

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-59
water pollution.

c. Secure opened bags of cement, and other light materials or powders that can be
transported by wind.

d. Pick up litter, construction debris and other wastes daily from outside areas including
the sidewalk area, gutter, street pavement and storm drains impacted by the project.
Store all wastes in covered containers or dispose of immediately. Arrange for
appropriate collection of those materials separated for recycling.

e. Dispose of wash water to the sanitary sewer with the approval of VSFCD and the
Engineer or recycle wash water. Refer to 7-1.01G(9) Concrete Operations.

f. Inspect vehicles and equipment arriving on-site for leaking fluids and promptly repair
leaking vehicles and equipment. Use drip pans to catch leaks until repairs are
made.

g. Avoid spills by handling materials carefully. Keep a stockpile of spill materials, such
as rags or absorbents, readily accessible on-site. Clean up all spills immediately to
prevent any material from being discharged to the storm drain system. Refer to 7-
1.01G(11) Spill Prevention and Control.

h. Train employees regularly on good housekeeping practices and BMPs. Assign


specific employees responsibility for BMPs, good housekeeping practices, and
actions to take in the event of a spill. Refer to 7-1.01G(13) Contractor Training and
Awareness.

i. Maintain and replace all sediment and water pollution control devices as necessary
to ensure that said controls are working effectively (e.g. inspect all sediment ponds
or sandbag sedimentation/filtering systems after each rain. Remove accumulated
sediment and debris and replace or repair damaged sandbags immediately.)

7-1.01G(15) PAYMENT

Unless otherwise specified in the Specifications, payment for implementation and


maintenance of BMPs, implementing SWPPP measures and other work of this section
(including dewatering) shall be deemed included in the price paid for associated contract
bid items, and no additional payment shall be made therefor.

7-1.01G(16) ENFORCEMENT

Various sections of the Vallejo Municipal Code12.41 enforce section 7.101G. City
enforcement may include, but is not limited to: citations, abatement orders, bills for City
cleanup costs and administration, civil suits, and criminal charges. City enforcement
actions do not void or suspend any enforcement actions by other agencies. At a minimum,
the Contractor shall implement the storm water Clean Water Program BMPs listed in 7-
1.01G(1) General, or implement equally effective alternatives approved by the Engineer on
all projects within the City of Vallejo.

B-60
7-1.01H USE OF PESTICIDES

The Contractor shall comply with all rules and regulations of the Department of Food and
Agriculture, the Department of Health, the Department of Industrial Relations, City of
Vallejo Standard Specifications and all other agencies which govern the use of pesticides
required in the performance of the work on the Contract.

Pesticides shall include but shall not be limited to herbicides, insecticides, fungicides,
rodenticides, germicides, nematocides, bactericides, inhibitors, fumigants, defoliants,
desiccants, soil sterilants and repellents.

Any substance or mixture of substances intended for preventing, repelling, mitigating, or


destroying weeds, insects, diseases, rodents, or nematodes and any substance or mixture
of substances intended for use as a plant regulator, defoliant or desiccant shall be
considered a pesticide.

7-1.01I SOUND CONTROL REQUIREMENTS

The Contractor shall comply with all local sound control and noise level rules, regulations
and ordinances which apply to any work performed pursuant to the Contract.

Each internal combustion engine, used for any purpose on the job or related to the job,
shall be equipped with a muffler of a type recommended by the manufacturer. No internal
combustion engine shall be operated on the project without the muffler.

The noise level from the Contractor's operations, between the hours of 9:00 p.m. and 7:00
a.m. shall not exceed 50 dBA and between the hours of 7:00 a.m. and 9:00 p.m. shall not
exceed 80 dBA at a distance of 50 feet.

Said noise level requirement shall apply to all equipment on the job or related to the job,
including but not limited to trucks, transit mixers or transient equipment that may or may not
be owned by the Contractor. The use of loud sound signals shall be avoided in favor of
light warnings except those required by safety laws for the protection of personnel.

Full compensation for conforming to the requirements of this section shall be considered as
included in the prices paid for the various contract items of work involved and no additional
compensation will be allowed therefore.

7-1.01J ASSIGNMENT OF ANTITRUST ACTIONS

The Contractor's attention is directed to the following requirements in Public Contract Code
7103.5 and Government Code Sections 4553 and 4554, which shall be applicable to the
Contractor and the Contractor's subcontractors:

"In entering into a public works Contract or a subcontract to supply goods, services, or
materials pursuant to a public works Contract, the Contractor or subcontractor offers and

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-61
agrees to assign to the awarding body all rights, title, and interest in and to all causes of
action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the
Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the
Business and Professions Code), arising from purchases of goods, services, or materials
pursuant to the public works Contract or the subcontract. This assignment shall be made
and become effective at the time the awarding body tenders final payment to the
Contractor, without further acknowledgment by the parties.

If an awarding body or public purchasing body receives, either through judgment or


settlement, a monetary recovery for a cause of action assigned under this chapter, the
assignor shall be entitled to receive reimbursement for actual legal costs incurred and may,
upon demand, recover from the public body any portion of the recovery, including treble
damages, attributable to overcharges that were paid by the assignor but were not paid by
the public body as part of the bid price, less the expenses incurred in obtaining that portion
of the recovery.

Upon demand in writing by the assignor, the assignee shall, within one year from such
demand, reassign the cause of action assigned under this part if the assignor has been or
may have been injured by the violation of law for which the cause of action arose and (a)
the assignee has not been injured thereby, or (b) the assignee declines to file a court action
for the cause of action."

7-1.02 LOAD LIMITATIONS

Unless expressly permitted in the special provisions, construction equipment or vehicles of


any kind which, laden or unladen, exceed the maximum weight limitations set forth in
Division 15 of the Vehicle Code, shall not be operated over completed or existing treated
bases, surfacing, pavement or structures in any areas within the limits of the project,
whether or not the area is subject to weight limitations under Section 7-1.01D, "Vehicle
Code," except as hereinafter provided in this Section 7-1.02.

After application of the curing seal, no traffic or Contractor's equipment will be permitted on
cement treated base or lean concrete base for a period of 72 hours. After 72 hours, traffic
and equipment operated on the base shall be limited to that used in paving operations and
placing additional layers of cement treated base. No traffic or Contractor's equipment will
be permitted on treated permeable base except for that equipment required to place the
permeable base and the subsequent layer of pavement. Trucks used to haul treated base,
Portland cement concrete, or asphalt concrete shall enter onto the base to dump at the
nearest practical entry point ahead of spreading equipment. Empty haul trucks shall exit
from the base at the nearest practical exit point. Entry and exit points shall not be more
than 300 m {1,000 feet} ahead of spreading equipment except in locations where
Specifications prohibit operation of trucks outside the area occupied by the base or where
steep slopes or other conditions preclude safe operation of hauling equipment. In those
locations, entry and exit points shall be established at the nearest point ahead of spreading
equipment permitted by Specifications and allowing safe operation of hauling equipment.
Damage to curing seal or base shall be repaired promptly by the Contractor, at the
Contractor's expense, as directed by the Engineer.

B-62
Within the limits of the project and subject to the control of the Engineer, and provided that
the Contractor, at the Contractor's expense, shall provide such protective measures as are
deemed necessary by the Engineer and shall repair any damage caused by the operations,
the Contractor will be permitted to:

Make transverse crossings of those portions of an existing public road or street that are
within the highway right of way, with construction equipment which exceeds the size or
weight limitations set forth in Division 15 of the Vehicle Code.

Make transverse crossings of treated bases, surfacing or pavement which are under
construction or which have been completed, with construction equipment which exceeds
the size or weight limitations set forth in Division 15 of the Vehicle Code.

Cross bridge structures that are not open to public traffic and which are designed for
HS20-44 Live Loading (culverts and pipes excluded), with construction equipment which
exceeds the size or weight limitations set forth in Division 15 of the Vehicle Code, but not
exceeding the load limitations hereinafter specified, provided that the Contractor furnishes
to the Engineer the dimensions and maximum axle loadings of equipment proposed for use
on bridge structures:

The maximum loading on bridge structures due to pneumatic-tired truck and trailer
combinations shall not exceed (1) 12,700 kg {28,000 pounds} for single axles, (2)
21,700 kg {48,000 pounds} for tandem axles, nor (3) 27,200 kg {60,000 pounds}
total gross load for single vehicles or 50,000 kg {110,000 pounds} total gross load
for truck and trailer or semi-trailer combinations.

The loading on bridge structures due to 2 and 3 axle pneumatic-tired earthmovers shall not
exceed that shown in the following table.

Allowable Construction Loading On Bridges


For 2 and 3 Axle Earthmovers
Spacing of Bridge Girders (center to Maximum Axle Loading (in kilograms
center in meters {feet}) {pounds})
1.2 {4} 12,700 {28,000}
1.5 {5} 13,100 {29,000}
1.8 {6} 13,600 {30,000}
2.1 {7} 14,500 {32,000}
2.4 {8} 15,400 {34,000}
2.7 {9} 16,700 {37,000}
3.0 {10} and over 18,000 {40,000}
Minimum axle spacing:
For 3-axle earthmovers
Axles 1 to 2 = 2.4 m {8 feet}
Axles 2 to 3 = 6.1 m {20 feet}
For 2-axle earthmovers
Axles 1 to 2 = 6.1 m {20 feet}

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-63
Move equipment within the limits of the project over completed or existing base, surfacing,
pavement and structures, whether or not open to the public, in accordance with the
limitations and conditions in the "Permit Policy" of the City of Vallejo of Transportation.

Within the limits of the project and subject to the condition that the Contractor shall repair,
at the Contractor's expense, any damage caused thereby, the Contractor will be permitted
to cross culverts and pipes with construction equipment which exceeds the size or weight
limitations set forth in Division 15 of the Vehicle Code in accordance with the conditions set
forth on the plans. If the conditions are not set forth on the plans, the provisions in the first
paragraph in this Section 7-1.02 will apply.

Should the Contractor desire to increase the load carrying capacity of a structure or
structures which are to be constructed as a part of the Contract, in order to facilitate the
Contractor's own operations, the Contractor may request the Engineer to consider
redesigning the structure or structures. Proposals by the Contractor to increase the load
carrying capacity of structures above 59 000 kg {130,000 pounds} per single axle or pair of
axles less than 2.4 m {8 feet} apart, or above 149 000 kg {330,000 pounds} total gross
vehicle weight, will not be approved. The request shall include a description of the
structure or structures involved and a detailed description of the overloads to be carried,
the date the revised plans would be required, and a statement that the Contractor agrees to
pay all costs involved in the strengthening of the structure or structures, including the cost
of revised plans, and further that the Contractor agrees that no extension of time will be
allowed by reason of any delay to the work which may be due to the alteration of the
structure or structures. If the Engineer determines that strengthening the structure or
structures will be permitted, the Engineer will inform the Contractor of the estimated cost of
the alterations, including engineering, and the date that revised plans could be furnished. If
the cost and date are satisfactory to the Contractor, the Engineer will prepare a change
order providing for the agreed upon alterations.

Pursuant to the authority contained in Section 591 of the Vehicle Code, the Department has
determined that, within such areas as are within the limits of the project and are open to
public traffic, the Contractor shall comply with all of the requirements set forth in Divisions
11, 12, 13, 14, and 15 of the Vehicle Code. Attention is directed to the statements in
Section 591 that this section shall not relieve him or any person from the duty of exercising
due care. The Contractor shall take all necessary precautions for safe operation of his/her
equipment and the protection of the public from injury and damage from such equipment.

7-1.03 PAYMENT OF TAXES

The Contract prices paid for the work shall include full compensation for all taxes which the
Contractor is required to pay, whether imposed by Federal, State or local government,
including, without being limited to, Federal excise tax. No tax exemption certificate or any
document designed to exempt the Contractor from payment of any tax will be furnished to
the Contractor by the City of Vallejo, as to any tax on labor, services, materials,
transportation, or any other items furnished pursuant to the Contract.

B-64
7-1.04 PERMITS AND LICENSES

The City will waive all required City of Vallejo permit fees for this project.

The Contractor and all subcontractors shall obtain and keep current for the duration of the
project a City of Vallejo Business License.

The Contractor shall give all notices required by and comply with all laws, codes,
ordinances and regulations. Before installing any work, the Contractor shall carefully
examine the Contract Documents for compliance with all laws, codes, ordinances and
regulations and shall immediately report any discrepancy to the Engineer.

Should the Contractor proceed with the construction and/or install any utility variance,
notwithstanding the fact that such installation is in compliance with the Contract
Documents, or should the Contractor install any work not in compliance with all laws,
codes, ordinances and regulations, the Contractor shall remove such work without cost to
the City of Vallejo.

The Contractor shall commit no trespass on any public or private property in any operation
due to or connected with the improvements embraced in this contract.

The Environmental Quality Act (Public Resources Code, Sections 21000 to 21176,
inclusive) may be applicable to permits, licenses and other authorizations which the
Contractor must obtain from local agencies in connection with performing the work of the
Contract. The Contractor shall comply with the provisions of those statutes in obtaining the
permits, licenses and other authorizations and they shall be obtained in sufficient time to
prevent delays to the work.

In the event that the City of Vallejo has obtained permits, licenses or other authorizations,
applicable to the work, in conformance with the requirements in the Environmental Quality
Act or any other authority, the Contractor shall comply with the provisions of those permits,
licenses and other authorizations.

7-1.05 PATENTS

The Contractor shall assume all costs arising from the use of patented materials,
equipment, devices or processes used on or incorporated in the work, and agrees to
indemnify and save harmless the City of Vallejo, the Director, the Engineer, and their duly
authorized representatives, from all suits at law, or actions of every nature for, or on
account of the use of any patented materials, equipment, devices or processes.

7-1.06 SAFETY AND HEALTH PROVISIONS

The Contractor shall conform to all applicable occupational safety and health standards,
rules, regulations and orders established by the State of California.

Working areas utilized by the Contractor to perform work during the hours of darkness,

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-65
shall be lighted to conform to the minimum illumination intensities established by California
Division of Occupational Safety and Health Construction Safety Orders.

All lighting fixtures shall be mounted and directed in a manner precluding glare to
approaching traffic.

Full compensation for conforming to the provisions in this section shall be considered as
included in the Contract prices paid for the various items of work involved and no separate
payment will be made therefor.

7-1.07 (BLANK)

7-1.08 PUBLIC CONVENIENCE

This Section 7-1.08 defines the Contractor's responsibility with regard to convenience of the
public and public traffic in connection with the Contractor's operations.

Attention is directed to Section 4-1.04, "Detours," for provisions relating to the passage of
traffic around the work over detours.

Attention is directed to Section 7-1.09, "Public Safety," for provisions relating to the
Contractor's responsibility for the safety of the public. The provisions in Section 7-1.09 are
in addition to the provisions in this Section 7-1.08, and the Contractor will not be relieved of
the responsibilities as set forth in Section 7-1.09 by reason of conformance with any of the
provisions in this Section 7-1.08.

Attention is directed to Section 12, "Construction Area Traffic Control Devices," for
provisions concerning flagging and traffic-handling equipment and devices used in carrying
out the provisions in this Section 7-1.08 and Section 7-1.09.

In the event of a suspension of the work, attention is directed to Section 8-1.05, "Temporary
Suspension of Work."

The Contractor shall so conduct operations as to offer the least possible obstruction and
inconvenience to the public and shall have under construction no greater length or amount
of work than can be prosecuted properly with due regard to the rights of the public.

Unless otherwise provided in the special provisions, all public traffic shall be permitted to
pass through the work with as little inconvenience and delay as possible. Where possible,
public traffic shall be routed on new or existing paved surfaces.

Spillage resulting from hauling operations along or across any public traveled way shall be
removed immediately by the Contractor at the Contractor's expense.

Existing traffic signals and highway lighting shall be kept in operation for the benefit of the
traveling public during progress of the work, and other forces will continue routine
maintenance of existing systems.

B-66
Construction operations shall be conducted in such a manner as to cause as little
inconvenience as possible to abutting property owners.

Convenient access to driveways, houses, and buildings along the line of the work shall be
maintained and temporary approaches to crossings or intersecting highways shall be
provided and kept in good condition. When the abutting property owner's access across
the right of way line is to be eliminated, or to be replaced under the Contract by other
access facilities, the existing access shall not be closed until the replacement access
facilities are usable.

The Contractor may be required to cover certain signs which regulate or direct public traffic
to roadways that are not open to traffic. The Engineer will determine which signs shall be
covered. Except as otherwise provided for construction area signs in Section 12,
"Construction Area Traffic Control Devices," furnishing, installing and removing covers will
be paid for as extra work as provided in Section 4-1.03D.

Roadway excavation and the construction of embankments shall be conducted in such a


manner as to provide a reasonably smooth and even surface satisfactory for use by public
traffic at all times; sufficient fill at culverts and bridges to permit traffic to cross shall be
placed in advance of other grading operations; and if ordered by the Engineer roadway cuts
shall be excavated in lifts and embankments constructed part width at a time, construction
being alternated from one side to the other and traffic routed over the side opposite the one
under construction. Culvert installation or culvert construction shall be conducted on but
one-half the width of the traveled way at a time, and that portion of the traveled way being
used by public traffic shall be kept open and unobstructed until the opposite side of the
traveled way is ready for use by traffic.

Upon completion of rough grading at the grading plane, or placing any subsequent layer
thereon, the surface of the roadbed shall be brought to a smooth, even condition free of
humps and depressions, satisfactory for the use of public traffic.

After the surface of the roadbed has been brought to a smooth and even condition for the
passage of public traffic as above provided, any work ordered by the Engineer for the
accommodation of public traffic prior to commencing subgrade operations will be paid for as
extra work as provided in Section 4-1.03D. After subgrade preparation for a specified layer
of material has been completed, the Contractor shall, at the Contractor's expense, repair
any damage to the roadbed or completed subgrade, including damage caused by the
Contractor's operations or use by public traffic.

While subgrade and paving operations are underway, public traffic shall be permitted to use
the shoulders and, if half-width paving methods are used, shall also be permitted to use the
side of the roadbed opposite the one under construction. When sufficient width is available,
a passageway wide enough to accommodate at least 2 lanes of traffic shall be kept open at
locations where subgrade and paving operations are in active progress. Any shaping of
shoulders or reshaping of subgrade necessary for the accommodation of public traffic
thereon during subgrade preparation and paving operations will be paid for as extra work
as provided in Section 4-1.03D.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-67
Water or dust palliative shall be applied if ordered by the Engineer for the alleviation or
prevention of dust nuisance as provided in Section 10, "Dust Control."

The Contractor will be required to pay the cost of replacing or repairing all facilities installed
under extra work for the convenience or direction or warning of public traffic that are lost
while in the Contractor's custody, or are damaged by reason of the Contractor's operations
to such an extent as to require replacement or repair, and deductions from any moneys due
or to become due the Contractor will be made to cover the cost.

Whenever a section of surfacing, pavement or the deck of a structure has been completed,
the Contractor shall open it to use by public traffic if the Engineer so orders or may open it
to use by public traffic if the Engineer so consents. In either case the Contractor will not be
allowed any compensation due to any delay, hindrance or inconvenience to the
Contractor's operations caused by public traffic, but will thereupon be relieved of
responsibility for damage to completed permanent facilities caused by public traffic, within
the limits of that use. The Contractor will not be relieved of any other responsibility under
the Contract nor will the Contractor be relieved of cleanup and finishing operations.

Except as otherwise provided in this Section 7-1.08 or in the special provisions, full
compensation for conforming to the provisions in this Section 7-1.08 shall be considered as
included in the prices paid for the various Contract items of work and no additional
compensation will be allowed therefor.

Contractor shall furnish, install and maintain all traffic warning and directional signs
necessary to maintain the facility in a passable condition at all times. Traffic control shall
meet the requirements of the latest State of California Department of Transportation
Manual of Traffic Controls for Construction and Maintenance Work Zones. The contractor
shall submit a Traffic Control Plan for review and acceptance by the Engineer at the pre-
construction meeting.

The Contractor shall designate in writing the name, address and telephone number of the
employee and the superintendent to contact after working hours for the proper
maintenance of barriers and signs.

Barricades of the flashing beacon variety shall be placed at each excavation site and left
until the Engineer deems there is no longer a hazard.

Full compensation for furnishing all flag persons necessary for the direction of public traffic
either through or around the work shall be considered as included in the various contract
items of work, and no additional compensation will be allowed therefor.

7-1.09 PUBLIC SAFETY

It is the Contractor's responsibility to provide for the safety of traffic and the public during
construction.

B-68
Attention is directed to Section 7-1.12, "Indemnification and Insurance."

Attention is directed to Section 7-1.08, "Public Convenience," for provisions relating to the
Contractor's responsibility for providing for the convenience of the public in connection with
the Contractor's operations.

Attention is directed to Section 12, "Construction Area Traffic Control Devices," for
provisions concerning flagging and traffic-handling equipment and devices used in carrying
out the provisions of Section 7-1.08 and this Section 7-1.09.

Whenever the Contractor's operations create a condition hazardous to traffic or to the


public, the Contractor shall, at the Contractor's expense and without cost to the City of
Vallejo, furnish, erect and maintain those fences, temporary railing (Type K), barricades,
lights, signs and other devices and take such other protective measures that are necessary
to prevent accidents or damage or injury to the public.

Fences, temporary railing (Type K), barricades, lights, signs, and other devices furnished,
erected and maintained by the Contractor, at the Contractor's expense, are in addition to
any construction area traffic control devices for which payment is provided for elsewhere in
the Contract Documents.

The Contractor shall also furnish such flaggers as are necessary to give adequate warning
to traffic or to the public of any dangerous conditions to be encountered, and payment
therefor will be made as provided in Section 12-2.02, "Flagging Costs."

Signs, lights, flags, and other warning and safety devices and their use shall conform to the
requirements set forth in the current Manual of Traffic Controls. Signs or other protective
devices furnished and erected by the Contractor, at the Contractor's expense, as above
provided, shall not obscure the visibility of, nor conflict in intent, meaning and function of
either existing signs, lights and traffic control devices or any construction area signs and
traffic control devices for which furnishing of, or payment for, is provided elsewhere in the
Specifications. Signs furnished and erected by the Contractor, at the Contractor's expense,
shall be approved by the Engineer as to size, wording and location.

The installation of general roadway illumination shall not relieve the Contractor of the
responsibility for furnishing and maintaining any of the protective facilities herein before
specified.

Construction equipment shall enter and leave the highway via existing ramps and
crossovers and shall move in the direction of public traffic. All movements of workmen and
construction equipment on or across lanes open to public traffic shall be performed in a
manner that will not endanger public traffic.

The Contractor's trucks or other mobile equipment which leave a freeway lane, that is open
to public traffic, to enter the construction area, shall slow down gradually in advance of the
location of the turnoff to give following public traffic an opportunity to slow down.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-69
When leaving a work area and entering a roadway carrying public traffic, the Contractor's
equipment, whether empty or loaded, shall in all cases yield to public traffic.

Lanes, ramps and shoulders shall be closed in accordance with the details shown on the
plans, the provisions of Section 12, "Construction Area Traffic Control Devices," and as
provided in the special provisions.

The Contractor shall notify the Engineer not less than 15 days before the anticipated start
of each falsework and girder erection operation whenever the falsework or girders will
reduce clearances available to public traffic.

Pedestrian openings through falsework shall be paved or provided with full width
continuous wood walks and shall be kept clear. Pedestrians shall be protected from falling
objects and curing water for concrete. Overhead protection for pedestrians shall extend not
less than 1.2 m {4 feet} beyond the edge of the bridge deck. All pedestrian openings
through falsework shall be illuminated in conformance with the provisions in Section
86-6.11, "Falsework Lighting."

Where the height of vehicular openings through falsework is less than 4.6 m {15 feet}, a
W34B "Vertical Clearance" sign shall be provided above each opening facing approaching
traffic. The signs shall have black letters and numbers on an orange reflectorized
background and shall be illuminated so that the signs are clearly visible. The minimum
height of the letters and numbers shall be 150 mm {6 inches} and 250 mm {10 inches},
respectively.

No material or equipment shall be stored where it will interfere with the free and safe
passage of public traffic, and at the end of each day's work and at other times when
construction operations are suspended for any reason, the Contractor shall remove all
equipment and other obstructions from that portion of the roadway open for use by public
traffic.

Temporary facilities which the Contractor uses to perform the work shall not be installed or
placed where they will interfere with the free and safe passage of public traffic.

Temporary facilities which could be a hazard to public safety if improperly designed shall
comply with design requirements specified in the Contract for those facilities or, if none are
specified, with standard design criteria or codes appropriate for the facility involved.
Working drawings and design calculations for the temporary facilities shall be prepared and
signed by an engineer who is registered as a Civil Engineer in the State of California and
shall be submitted to the Engineer for review pursuant to Section 5-1.02, "Plans and
Working Drawings." The submittals shall designate thereon the standard design criteria or
codes used. Installation of the temporary facilities shall not start until the Engineer has
reviewed and accepted the drawings.

Should the Contractor appear to be neglectful or negligent in furnishing warning devices


and taking protective measures as above provided, the Engineer may direct attention to the
existence of a hazard and the necessary warning devices shall be furnished and installed
and protective measures taken by the Contractor at the Contractor's expense. Should the

B-70
Engineer point out the inadequacy of warning devices and protective measures, that action
on the part of the Engineer shall not relieve the Contractor from responsibility for public
safety or abrogate the obligation to furnish and pay for these devices and measures.

Provision for the payment for signs, lights, flares, temporary railing (Type K), barricades,
and other facilities by extra work as provided in Section 7-1.08, "Public Convenience," or by
Contract item as provided in Section 12, "Construction Area Traffic Control Devices," shall
in nowise relieve the Contractor from the responsibility as provided in this Section 7-1.09.

Except as otherwise provided in this Section 7-1.09 or in the special provisions, full
compensation for conforming to all of the provisions in this Section 7-1.09 shall be
considered as included in the prices paid for the various Contract items of work and no
additional compensation will be allowed therefor.

The Contractor shall note that the work may be performed on or in the vicinity of private
property. The Contractor shall, at all times, remove all litter, debris, and construction
waste, minimize noise, dust, standing water, vibrations, hazardous conditions and provide
safe access to these properties. The Contractor is prohibited from using any and all
privately owned utilities. The Contractor's materials and equipment shall not be stored
upon private property without written approval from the resident and/or owner.

Construction on private property during overtime, weekend, holiday or any other irregular
period shall be performed only when the Contractor has requested and received written
approval from the adjacent residents and the City Engineer.

No separate payment shall be made for the above considerations. Full compensation for
the above construction restrictions shall be considered as included in the price paid for the
various items of work involved.

7-1.10 USE OF EXPLOSIVES

Explosives shall not be used unless explicitly required in the Contract documents.

When explosives are used, the Contractor shall exercise the utmost care not to endanger
life or property.

In advance of doing any blasting work within 60 m {200 feet} of any railroad's tracks or
structures, the Contractor shall notify the railroad of the location, date, time and
approximate duration of the blasting operations.

7-1.11 PRESERVATION OF PROPERTY

Attention is directed to Section 7-1.12, "Indemnification and Insurance," and to Section


8-1.10, "Utility and Non-Highway Facilities." Due care shall be exercised to avoid injury to
existing highway improvements or facilities, utility facilities, adjacent property, and roadside
trees, shrubs and other plants that are not to be removed.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-71
Roadside trees, shrubs and other plants that are not to be removed, and pole lines, fences,
signs, markers and monuments, buildings and structures, conduits, pipelines under or
above ground, sewer and water lines, all highway facilities and any other improvements or
facilities within or adjacent to the highway shall be protected from injury or damage, and if
ordered by the Engineer, the Contractor shall provide and install suitable safeguards,
accepted by the Engineer, to protect the objects from injury or damage. If the objects are
injured or damaged by reason of the Contractor's operations, the objects shall be replaced
or restored at the Contractor's expense. The facilities shall be replaced or restored to a
condition as good as when the Contractor entered upon the work, or as good as required
by the Specifications accompanying the Contract, if any of the objects are a part of the
work being performed under the Contract. The Engineer may make or cause to be made
those temporary repairs that are necessary to restore to service any damaged highway
facility. The cost of the repairs shall be borne by the Contractor and may be deducted from
any moneys due or to become due to the Contractor under the Contract.

The fact that any underground facility is not shown upon the plans shall not relieve the
Contractor of the responsibility under Section 8-1.10, "Utility and Non-Highway Facilities."
It shall be the Contractor's responsibility, pursuant thereto, to ascertain the location of those
underground improvements or facilities which may be subject to damage by reason of the
Contractor's operations.

Any damage to private property caused by the Contractor and adjudged to be the
responsibility of the Contractor by the Engineer shall be rectified to the satisfaction of the
Engineer within a reasonable time, depending upon the extent of the damage. Said
reasonable time shall be as determined by the Engineer, and if the condition is not rectified,
the Engineer shall have the power and authority to rectify said damage and the cost thereof
to be paid for by the Contractor, either by direct payment to the City of Vallejo, or by
deducting said amount from moneys due the Contractor.

Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and
for doing all the work involved in protecting or repairing property as specified in this Section
7-1.11, shall be considered as included in the prices paid for the various Contract items of
work and no additional compensation will be allowed therefor.

7-1.12 INDEMNIFICATION AND INSURANCE

The Contractor's obligations regarding indemnification of the City of Vallejo and the
requirements for insurance shall conform to the provisions in Sections 7-1.12A,
"Indemnification," and 7-1.12B, "Insurance," of this Section 7-1.12.

7-1.12A INDEMNIFICATION

Contractor shall defend, indemnify, and save harmless City of Vallejo (including its
inspectors, project managers, trustees, officers, agents, members, employees, affiliates,
consultants, subconsultants, and representatives), and each of them, of and from any and
all claims, demands, suits, causes of action, damages, costs, expenses, attorneys' fees,
losses, or liability, in law or in equity, of every kind and nature whatsoever arising out of, or
in connection with, Contractor's operations to be performed under this Contract, including,

B-72
but not limited to:

A. Personal injury (including, but not limited to, bodily injury, emotional injury or
distress, sickness, or disease) or death to persons, including, but not limited to, any
employees or agents of Contractor, City of Vallejo, or any subcontractor, or damage
to property of anyone including the work itself (including loss of use thereof), caused
or alleged to be caused in whole or in part by any negligent act or omission of
Contractor, City of Vallejo, or anyone directly or indirectly employed by them, or
anyone for whose acts they may be liable;

B. Penalties threatened, sought, or imposed on account of the violation of any law,


order, citation, rule, regulation, standard, ordinance, or statute, caused by the action
or inaction of Contractor;

C. Alleged infringement of any patent rights which may be brought arising out of
Contractor's work;

D. Claims and liens for labor performed or materials used or furnished to be used on
the job, including all incidental or consequential damages from such claims or liens;

E. Contractor's failure to fulfill any of the covenants set forth in these Contract
Documents;

F. Failure of Contractor to comply with the provisions of the Contract Documents


relating to insurance; and,

G. Any violation or infraction by Contractor of any law, order, citation, rule, regulation,
standard, ordinance, or statute in any way relating to the occupational, health, or
safety of employees.

The indemnities set forth in this section shall not be limited by the insurance requirements
set forth in these Contract Documents.

Contractor's indemnification of City of Vallejo will not include indemnification for claims
which arise as the result of the active negligence of City of Vallejo, or the sole negligence or
willful misconduct of City, its agents, servants or independent contractors who are directly
responsible to City, or for defects in design furnished by such persons.

7-1.12B INSURANCE

Insurance shall conform to the following requirements: The Contractor shall procure
and maintain for the duration of the contract insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, his/her agents,
representatives, employees or SUBCONTRACTORS. Such insurance shall not be
construed to relieve the Contractor of any liability in excess of such coverage. The
cost of such insurance shall be included in the Contractor's bid.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-73
A.. Minimum Scope of Insurance Coverage shall be at least as broad as:

1. Comprehensive General Liability Insurance Services.

2. Automobile Liability insurance.

3. Umbrella/Excess Liability insurance.

4. Workers' Compensation insurance as required by the Labor Code of


the State of California and Employers Liability insurance.

5. Pollution Liability Insurance.

B. Minimum Limits of Insurance

Contractor shall maintain limits no less than:

1. General Liability: $1,000,000 per occurrence. $2,000,000 general


aggregate for bodily injury, personal injury, and property damage
including blanket contractual liability. $2,000,000 completed
operations aggregate that shall extend a minimum of three (3) years
beyond project completion..

2. Automobile Liability: $1,000,000 per occurrence, including owned,


non-owned and hired vehicles.

3. Umbrella/Excess Liability: $4,000,000; for bodily injury, personal


injury and property damage liability coverage at least as broad as the
primary coverages above, including commercial general liability and
employers liability, to include the following terms and conditions:

a. A drop down feature requiring the policy to respond in the


event that any primary insurance that would otherwise have
applied proves to be uncollectable in whole or in part for any
reason;

i. Pay on Behalf of Insured wording (NOT reimbursement)

ii. Concurrency of effective dates with primary policies; and

iii. Policies shall follow form to the underlying primary policies.

4. Workers' Compensation and Employers Liability: Workers'


compensation limits as required by the Labor Code of the State of
California and Employers Liability limits of $1,000,000 per accident.

5. Pollution Liability Insurance: $1,000,000 per claim and in the

B-74
aggregate.

C. Deductibles and Self Insured Retention

Any deductibles or self - insured retention must be declared to and accepted


by the City. At the option of the City, either: the insurer shall reduce or
eliminate such deductibles or self - insured retention as respects the City, its
officers, officials, employees and volunteers; or the Contractor shall procure a
bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.

D. Other Insurance Provisions

1. General Liability and Automobile Liability Coverage

a. The City must be named an additional insured on the ACORD


form and on an endorsement form using the following
language: The City, its officers, officials, employees and
volunteers are to be covered as insured as respects: liability
arising out of activities performed by or on behalf of the
Contractor, including the insured's general supervision of the
Contractor; products and completed operations of the
Contractor, premises owned, occupied or used by the
Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to the City, its officers,
officials, employees or volunteers and the Engineer, its officers,
directors, employees and subconsultants.

b. The endorsement must state that the Contractor's insurance


coverage shall be primary insurance as respects the City, its
officers, officials, employees, and volunteers. Any insurance or
self - insurance maintained by the City, its officers, officials,
employees or volunteers and the Engineer, its officers,
directors, employees and subconsultants shall be excess of the
Contractor's insurance and shall not contribute with it.

c Any failure to comply with reporting provisions of the policies


shall not affect coverage provided to the City, its officers,
officials, employees or volunteers and the Engineer, its officers,
directors, employees and subconsultants.

d. The Contractor's coverage applies separately to each insured


against whom claim is made or suit is brought, except with
respect to the limits of the insurer's liability.

2. Workers' Compensation and Employers Liability Coverage

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-75
a. The insurer shall agree to waive all rights of subrogation
against the City, its officers, officials, employees and
volunteers for losses arising from work performed by the
Contractor for the City and the Engineer, its officers, directors,
employees and subconsultants.

3. All Coverage

a. Each insurance policy required by this clause shall be


endorsed to state that coverage shall not be suspended,
voided, canceled by either party, reduced in coverage or in
limits except after thirty (30) days' prior written notice has been
given to the City.

E. Acceptability of Insurers

Insurance is to be placed with insurers with a Best's rating of no less than


A:VII.

F. Verification of Coverage

Contractor shall furnish the City with certificates of insurance and with original
endorsements effecting coverage required by this section. The certificates
and endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. All certificates and
endorsements are to be received and accepted by the City before work
commences. The City reserves the right to require complete, certified copies
of all required insurance policies, at any time.

Include insurers NAIC numbers on ACCORD form.

G. Subcontractors

Contractor shall include all subcontractors as insured under its policies or


shall furnish separate certificates and endorsements for each subcontractor.
All coverage for subcontractors shall be subject to all of the requirements
stated herein.

H. Builder's Risk Insurance

Upon commencement of construction, contractor shall obtain and maintain


builders risk insurance as specified below:

i) Completed Operations Coverage: $2,000,000 which shall


extend three (3) years beyond project completion.

I. Exclusions

B-76
This insurance does not cover tools owned by mechanics, any tools,
equipment, scaffolding, staging, towers, and forms rented or owned by the
Contractor, the capital value of which is not included in the cost of the work or
any shanties or other structures erected for the sole convenience of the
workers.

J. Cancellation or Non-Renewal

Policies must provide that notice of cancellation or non-renewal must be


received by the City at least thirty days prior to such event.

7-1.12B(4) ENFORCEMENT

The City of Vallejo may take any steps as are necessary to assure Contractor's compliance
with its obligations. Should any insurance policy lapse or be canceled during the Contract
period the Contractor shall, within thirty (30) days prior to the effective expiration or
cancellation date, furnish the City of Vallejo with evidence of renewal or replacement of the
policy. Failure to continuously maintain insurance coverage as herein provided is a
material breach of Contract. In the event the Contractor fails to maintain any insurance
coverage required, the City of Vallejo may, but is not required to, maintain this coverage
and charge the expense to the Contractor or terminate Contractors control over the work.
The required insurance shall be subject to the review and acceptance of City of Vallejo, but
any acceptance of insurance certificates by the City of Vallejo shall in no way limit or relieve
the Contractor of the Contractor's duties and responsibilities under the Contract to
indemnify, defend and hold harmless the City of Vallejo, its officers, agents, and
employees. Insurance coverage in the minimum amounts set forth herein shall not be
construed to relieve the Contractor for liability in excess of such coverage, nor shall it
preclude the City of Vallejo from taking other actions as is available to it under any other
provision of the Contract or law. Failure of the City of Vallejo to enforce in a timely manner
any of the provisions of this section shall not act as a waiver to enforcement of any of these
provisions at a later date.

7-1.12B(5) SELF-INSURANCE

Self-insurance programs and self-insured retentions in insurance policies are subject to


separate annual review and acceptance by the City of Vallejo of evidence of the
Contractor's financial capacity to respond. Additionally, self-insurance programs or
retentions must provide the City of Vallejo with at least the same protection from liability
and defense of suits as would be afforded by first-dollar insurance.

7-1.12B(6) MISCELLANEOUS

Nothing contained in the Contract is intended to make the public or any member thereof
a third party beneficiary of the Insurance or Indemnity provisions of these Standard
Specifications, nor is any term, condition or other provision of the Contract intended to
establish a standard of care owed to the public or any member thereof.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-77
7-1.125 LEGAL ACTIONS AGAINST THE CITY OF VALLEJO

In the event litigation is brought against the City of Vallejo concerning compliance by the
City of Vallejo with State or Federal laws, rules or regulations applicable to public works
construction, the provisions of this Section 7-1.125 shall apply.

A. If, pursuant to court order, the City of Vallejo prohibits the Contractor from
performing all or any portion of the work, the delay will be considered a right of way
delay within the meaning of Section 8-1.09, "Right of Way Delays," unless the
Contract is terminated as hereinafter provided.

B. If, pursuant to court order (other than an order to show cause) the City of Vallejo is
prohibited from requiring the Contractor to perform all or any portion of the work, the
City of Vallejo may, if it so elects, eliminate the enjoined work pursuant to Section
4-1.03, "Changes," or terminate the Contract.

C. If the final judgment in the action prohibits the City of Vallejo from requiring the
Contractor to perform all or any portion of the work, the City of Vallejo will either
eliminate the enjoined work pursuant to Section 4-1.03, "Changes," or terminate the
Contract.

D. If the Contract is to be terminated, the termination and the determination of the total
compensation payable to the Contractor shall be governed by the provisions in
Section 8-1.11, "Termination of Contract."

7-1.13 DISPOSAL OF MATERIAL OUTSIDE THE PUBLIC RIGHT OF WAY

If the Contractor elects to dispose of materials at locations other than those where
arrangements have been made by the City of Vallejo, or, if material is to be disposed of and
the City of Vallejo has not made arrangements for disposal of the material, the Contractor
shall make arrangements for disposing of the materials outside the public right of way and
shall pay all costs involved. Arrangements shall include, but not be limited to, entering into
agreements with property owners and obtaining necessary permits, licenses and
environmental clearances. Before disposing of any material outside the public right of way,
the Contractor shall furnish to the Engineer satisfactory evidence that the Contractor has
entered into agreements with the property owners of the site(s) involved and has obtained
the appropriate permits, licenses and clearances.

When any material is to be disposed of outside the public right of way, and the City of
Vallejo has not made arrangements for disposal of the material, the Contractor shall first
obtain written authorization from the property owner on whose property the disposal is to be
made and the Contractor shall file with the Engineer the authorization or a certified copy
thereof together with a written release from the property owner absolving the City of Vallejo
from any and all responsibility in connection with the disposal of material on the property.
Before any material is disposed of on the property, the Contractor shall obtain written
permission from the Engineer to dispose of the material at the location designated in the
authorization.

B-78
When material is disposed of as above provided and the disposal location is visible from
public view, the Contractor shall dispose of the material in a neat and uniform manner to
the satisfaction of the Engineer.

Where the City of Vallejo has made arrangements with owners of land in the vicinity of a
project for the disposal of materials on an owner's property, the arrangements are made
solely for the purpose of providing all Bidders an equal opportunity to dispose of the
materials on the property. Bidders or Contractors may, upon written request, inspect the
documents evidencing the arrangements between property owners and the City of Vallejo.
The Contractor may, if the Contractor so elects, exercise any rights that have been
obtained, which may be exercised by a Contractor under the arrangements, subject to and
upon the conditions hereinafter set forth.

Such arrangements are not a part of the Contract and it is expressly understood and
agreed that the City of Vallejo assumes no responsibility to the Bidder or Contractor
whatsoever in respect to the arrangements made with the property owner to dispose of
materials thereon and that the Contractor shall assume all risks in connection with the use
of the property, the terms upon which the use shall be made, and there is no warranty or
guaranty, either express or implied, as to the quantity or types of materials that can be
disposed of on the property, or that any material can be disposed of on the property.

In those instances in which the City of Vallejo has compiled "Materials Information" as
referred to in Section 2-1.03, "Examination of Plans, Specifications, Contract, and Site of
Work," the compilation will include the documents setting forth the arrangement made with
some of the property owners for the disposal of material on those owners' properties. The
inclusion of the documents therein shall not in any respect operate as a waiver of any of the
provisions in this Section 7-1.13 concerning the documents.

The Bidder or Contractor shall make such independent investigation and examination as
the Bidder or Contractor deems necessary to be satisfied as to the quantity and types of
materials which may be disposed of on the property (if any) and the rights, duties and
obligations acquired or undertaken under the arrangement with the property owner.

Notwithstanding that the Contractor may elect to dispose of materials on any such property
owner's property, no material may be disposed of on that property unless the Contractor
has first either:

A. Executed a document that will guarantee to hold the owner harmless from all claims
for injury to persons or damage to property resulting from the Contractor's
operations on the property owner's premises and also agree to conform to all other
provisions set forth in the arrangement made between the City of Vallejo and the
property owner, or

B. Entered into an agreement with the owner of the disposal site on any terms mutually
agreeable to the owner and the Contractor; provided that the Contractor shall furnish
to the Engineer a release, in a form satisfactory to the Engineer, executed by the

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-79
owner, relieving the City of Vallejo of any and all obligations under the City of
Vallejo's arrangement with the owner.

If the Contractor elects to dispose of material under (1), the use of the site shall be subject
to the terms, conditions and limitations of the arrangement made between the property
owner and the City of Vallejo and the Contractor shall pay those charges that are provided
for in the arrangement made by the City of Vallejo with the property owner, and deductions
will be made from any moneys due or that may become due the Contractor under the
Contract sufficient to cover the charges for the material disposed of.

If the Contractor elects to dispose of material under (2), the Contractor shall pay those
charges that are provided for in the agreement between the owner and the Contractor and
deductions will not be made from any moneys due or that may become due the Contractor
under the Contract to cover the charges.

Before acceptance of the Contract, the Engineer may require the Contractor to submit
written evidence that the owner of the disposal site is satisfied that the Contractor has
satisfactorily complied with the provisions of either - (1), the arrangement between the City
of Vallejo and the owner, or (2), the agreement between the owner and the Contractor, as
the case may be.

Full compensation for all costs involved in disposing of materials as specified in this Section
7-1.13, including all costs of hauling, shall be considered as included in the price paid for
the Contract item of work involving the materials and no additional compensation will be
allowed therefor.

7-1.14 COOPERATION

Should construction be under way by other forces or by other Contractors within or


adjacent to the limits of the work specified or should work of any other nature be under way
by other forces within or adjacent to those limits, the Contractor shall cooperate with all the
other Contractors or other forces to the end that any delay or hindrance to their work will be
avoided. The City reserves the right to perform, or to have performed, other or additional
work at or near the site (including material sources) at any time, by the use of other forces,
without changing the character of the work.

When 2 or more Contractors are employed on related or adjacent work, or obtain materials
from the same material source, as provided in Section 6-2.02, "Possible Local Material
Sources," or Section 6-2.03, "Mandatory Local Material Sources," each shall conduct their
operations in such a manner as not to cause any unnecessary delay or hindrance to the
other.

Each Contractor shall be responsible to the other for all damage to work, to persons or
property caused to the other by their operations, and for loss caused the other due to
unnecessary delays or failure to finish the work within the time specified for completion.

7-1.15 RELIEF FROM MAINTENANCE AND RESPONSIBILITY

B-80
Upon request of the Contractor, the Director, or the Directors designated representative,
may relieve the Contractor of the duty of maintaining and protecting certain portions of the
work as described below, which have been completed in all respects in accordance with the
requirements of the Contract and to the satisfaction of the Engineer, and thereafter except
with the Contractor's consent, the Contractor will not be required to do further work thereon.
In addition, the action by the Director will relieve the Contractor of responsibility for injury
or damage to those completed portions of the work resulting from use by public traffic or
from the action of the elements or from any other cause but not from injury or damage
resulting from the Contractor's own operations or from the Contractor's negligence.

Portions of the work for which the Contractor may be relieved of the duty of maintenance
and protection as provided in the above paragraph include, but are not limited to, the
following:

A. The completion of 0.5-km {0.3-mile} of roadway or 0.5-km {0.3-mile} of one roadway


of a divided highway or a frontage road including the traveled way, shoulders,
drainage control facilities, planned roadway protection work, lighting and any
required traffic control and access facilities.

B. A bridge or other structure of major importance.

C. A complete unit of a traffic control signal system or of a highway lighting system.

D. Non-highway facilities constructed for other agencies.

However, nothing in this Section 7-1.15 providing for relief from maintenance and
responsibility will be construed as relieving the Contractor of full responsibility for making
good any defective work or materials found at any time before the formal written
acceptance of the entire Contract by the Director. Furthermore, nothing in this section shall
obligate the Director to relieve the Contractor for responsibility for any portion of the work
and the Director may refuse to relieve the Contractor from responsibility for any reason, at
the Directors (or his delagees) sole discretion.

7-1.16 CONTRACTOR'S RESPONSIBILITY FOR THE WORK AND MATERIALS

The Contractor shall be completely responsible for the care and condition of the project
improvements in their entirety until completion of the maintenance period and acceptance
by the City. The Contractor shall provide all watchmen, guards, and security devices, as
he/she deems necessary.

Until the acceptance of the Contract, the Contractor shall have the charge and care of the
work and of the materials to be used therein (including materials for which the Contractor
has received partial payment as provided in Section 9-1.06, "Partial Payments," or
materials which have been furnished by the City of Vallejo) and shall bear the risk of injury,
loss or damage to any part thereof by the action of the elements or from any other cause,
whether arising from the execution or from the non-execution of the work, except as
provided in Sections 7-1.08, "Public Convenience," and 7-1.15, "Relief From Maintenance

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-81
and Responsibility." The Contractor shall rebuild, repair, restore, and make good all
injuries, losses or damages to any portion of the work or the materials occasioned by any
cause before its completion and acceptance and shall bear the expense thereof, except as
otherwise expressly provided in Section 7-1.165, "Damage by Storm, Flood, Tsunami or
Earthquake," and in Section 19-2.04, "Slides and Slipouts," and except for those injuries,
losses, or damages that are directly and proximately caused by acts of the Federal
Government or the public enemy. Where necessary to protect the work or materials from
damage, the Contractor shall, at the Contractor's expense, provide suitable drainage of the
roadway and erect those temporary structures that are necessary to protect the work or
materials from damage. The suspension of the work from any cause whatever shall not
relieve the Contractor of the responsibility for the work and materials as herein specified. If
ordered by the Engineer, the Contractor shall, at the Contractor's expense, properly store
materials which have been partially paid for by the City of Vallejo or which have been
furnished by the City of Vallejo. Storage by the Contractor shall be on behalf of the City of
Vallejo and the City of Vallejo shall at all times be entitled to the possession of the
materials, and the Contractor shall promptly return the materials to the site of the work
when requested. The Contractor shall not dispose of any of the materials so stored except
on written authorization from the Engineer.

7-1.165 DAMAGE BY STORM, FLOOD, TSUNAMI OR EARTHQUAKE

Attention is directed to Section 7-1.16, "Contractor's Responsibility for the Work and
Materials." In the event damage to the work is caused by a storm, flood, tsunami,
earthquake or other natural disaster which constitutes an "Occurrence," as hereinafter
defined, the provisions in this Section 7-1.165 shall be applicable, and the Contractor may
apply in writing to the Engineer for the City of Vallejo to pay or participate in the cost of
repairing damage to the work from that cause or, in lieu thereof, and at the sole discretion
of the City of Vallejo, terminate the Contract and relieve the Contractor of further obligation
to perform the work, subject to the following:

A. Occurrence - "Occurrence" shall include tsunamis, earthquakes in excess of a


magnitude of 3.5 on the Richter Scale, and storms, floods and other natural
disasters as to which the Governor has proclaimed a state of emergency when the
damaged work is located within the territorial limits to which the proclamation is
applicable or, which were, in the opinion of the Engineer, of a magnitude at the site
of the work sufficient to have caused such a proclamation had they occurred in a
populated area or in an area in which such a proclamation was not already in effect.

B. Application by Contractor - The Contractor's written request for the City of Vallejo to
pay or to participate in the cost of rebuilding, repairing, restoring or otherwise
remedying the damage to the work caused by the Occurrence shall be submitted to
the Engineer before performing any work other than emergency work, including
emergency work necessary to provide for passage of public traffic.

C. Protecting the Work from Damage - Nothing in this section shall be construed to
relieve the Contractor of the responsibility to protect the work from damage. The
Contractor shall bear the entire cost of repairing damage to the work caused by the
Occurrence which the Engineer determines was due to the failure of the Contractor

B-82
to comply with the requirements of the Contract Documents, take the best measures
to protect the work or exercise the best engineering and construction practices in the
conduct of the work, and those repair costs shall be excluded from consideration
under the provisions of this section.

D. Repair Work - Repair of damaged work under the provisions of this section shall be
pursuant to a Contract change order issued hereunder and specifying the repair
work to be performed on the damaged facility. The repair work shall consist of
restoring the in-place construction (for the purposes of this section erected falsework
and formwork shall be considered in-place construction) to the same state of
completion to which the work had advanced prior to the Occurrence. Emergency
work which the Engineer determines would have been part of the repair work if it
had not previously been performed, will be considered to be part of the repair work.

The City of Vallejo reserves the right to make changes in the plans and Specifications
applicable to the portions of the work to be repaired, and if those changes will increase the
cost of repairing the damage over the Engineer's estimate of the cost of repair without the
changes, the Contractor will be paid for the increased costs in accordance with
Subsection E and the increased cost amount shall not be considered in determining the
cost of repair to be borne by the Contractor under Subsection F.

Nothing in this section shall be construed to relieve the Contractor of full responsibility for
the risk of injury, loss or damage to materials not yet incorporated in the work and to
materials, tools and equipment (except erected falsework and formwork) used to perform
the work, or to relieve the Contractor of responsibility under Section 7-1.12,
"Indemnification and Insurance." The provisions of this section shall not be applicable to
the repair of damage caused by an Occurrence to any portion of the work as to which the
Contractor has been granted relief from maintenance and responsibility pursuant to Section
7-1.15, "Relief From Maintenance and Responsibility," or to the removal of slides and
slipouts or the repair and restoration of damage to the work resulting from slides and
slipouts pursuant to Section 19-2.04, "Slides and Slipouts."

E. Determination of Costs - Unless otherwise agreed between the Engineer and the
Contractor, the cost of the work performed pursuant to this Section 7-1.165 will be
determined in conformance with the provisions in Section 9-1.03, "Force Account
Payment," except there shall be no markup allowance pursuant to Section 9-1.03A,
"Work Performed by Contractor," unless the Occurrence that caused the damage
was a tsunami or earthquake. The cost of emergency work, which the Engineer
determines would have been part of the repair work if it had not previously been
performed, will be determined in the same manner as the authorized repair work.
The cost of repairing damaged work which was not in compliance with the
requirements of the plans and Specifications shall be borne solely by the Contractor,
and those costs shall not be considered in determining the cost of repair under this
Subsection E.

F. Payment for Repair Work - BLANK

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-83
G. Termination of Contract - If the City of Vallejo elects to terminate the Contract, the
termination and the determination of the total compensation payable to the
Contractor shall be governed by the provisions of Section 8-1.11, "Termination of
Contract."

7-1.17 ACCEPTANCE OF CONTRACT

When the Engineer has made the final inspection as provided in Section 5-1.13, "Final
Inspection," and determines that the Contract work has been completed in all respects in
accordance with the Contract Documents, the Engineer will recommend that the Director
formally accept the Work as complete. Upon satisfactory completion of the Work and
following the written acceptance of the Work as such by the Director or the Directors
designated representative, the Engineer shall recommend the acceptance of the Contract
to the City Council. Upon acceptance of the Contract as complete by the City Council, the
said Council shall cause a Notice of Completion to be filed and recorded in the records of
the Solano County Recorder's Office.

7-1.18 PROPERTY RIGHTS IN MATERIALS

Nothing in the Contract shall be construed as vesting in the Contractor any right of property
in the materials used after they have been attached or affixed to the work or soil or after
partial payment has been made as provided in Section 9-1.06, "Partial Payments," for
material delivered on the ground or stored subject to or under the control of the City of
Vallejo and unused. All the material shall become the property of the City of Vallejo upon
being so attached or affixed or upon payment for materials delivered on the ground or
stored subject to or under the control of the City of Vallejo and unused, as provided in
Section 9-1.06.

7-1.19 RIGHTS IN LAND AND IMPROVEMENTS

Nothing in these Contract Documents shall be construed as allowing the Contractor to


make any arrangements with any person to permit occupancy or use of any land, structure,
or building within the limits of the Contract for any purpose whatsoever, either with or
without compensation, in conflict with any agreement between the City of Vallejo and any
owner, former owner, or tenant of the land, structure, or building.

The Contractor shall not occupy City of Vallejo-owned property outside the right of way as
shown on the plans or maps, unless the Contractor enters into a rental agreement with the
City of Vallejo. The agreement will be based on the fair rental values.

7-1.20 PERSONAL LIABILITY

Neither the Director, the Engineer nor any other officer or authorized employee of the City
of Vallejo, nor any officer or employee of any county, city or district shall be personally
responsible for any liability arising under or by virtue of the Contract.

7-1.21 REPAIR OF EQUIPMENT

B-84
The work of installing, assembling, repairing or reconditioning, or other work of any nature
on machinery, equipment or tools used in or upon the work shall be considered a part of
the work to be performed under the Contract and any laborers, workers or mechanics
working on the machinery, equipment or tools, unless employed by bona fide commercial
repair shops, garages, blacksmith shops or machine shops, which have been established
and operating on a commercial basis for a period of at least 2 months prior to the award of
the Contract, shall be subject to all the requirements relating to labor set forth in these
Contract Documents.

7-1.22 MATERIAL PLANTS

The construction, erection and operation of material production, proportioning or mixing


plants from which material is used wholly on the Contract or on Contracts with the City of
Vallejo shall be considered a part of the work to be performed under the Contract and any
laborers, workers or mechanics working on those plants shall be subject to all of the
requirements relating to labor set forth in these Contract Documents.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-85
B-86
SECTION 8: PROSECUTION AND PROGRESS

8-1.01 SUBCONTRACTING

The Contractor shall give personal attention to the fulfillment of the Contract and shall keep
the work under the Contractor's control.

No subcontractor will be recognized as such, and all persons engaged in the work of
construction will be considered as employees of the Contractor and the Contractor will be
held responsible for their work, which shall be subject to the provisions of the Contract
Documents.

The Contractor shall perform, with the Contractor's own organization, Contract work
amounting to not less than 50 percent of the original total Contract price, except that any
designated "Specialty Items" may be performed by subcontract and the amount of any
designated "Specialty Items" performed by subcontract may be deducted from the original
total Contract price before computing the amount of work required to be performed by the
Contractor with the Contractor's own organization. When items of work in the Engineer's
Estimate are preceded by the letters (S) or (S-F), those items are designated as "Specialty
Items." Where an entire item is subcontracted, the value of work subcontracted will be
based on the Contract item bid price. When a portion of an item is subcontracted, the
value of work subcontracted will be based on the estimated percentage of the Contract item
bid price, determined from information submitted by the Contractor, subject to acceptance
by the Engineer.

Subcontracts shall include provisions that the Contract between the City of Vallejo and the
Contractor is part of the subcontract, and that all terms and provisions of the Contract are
incorporated in the subcontract. Subcontracts shall also contain certification by the
subcontractor that the subcontractor is experienced in and qualified to do, and
knowledgeable about, the subcontracted work. Copies of subcontracts shall be available to
the Engineer upon written request, and shall be provided to the Engineer within three (3)
days of the Engineers request.

Before work is started on a subcontract, the Contractor shall file with the Engineer a written
statement showing the work to be subcontracted, the names of the subcontractors and the
description of each portion of the work to be subcontracted.

Pursuant to the provisions of Section 6109 of the Public Contract Code, the Contractor shall
not perform work on a public works project with a subcontractor who is ineligible to perform
work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code.

When a portion of the work which has been subcontracted by the Contractor is not being
prosecuted in a manner satisfactory to the City of Vallejo, the subcontractor shall be
removed immediately on the request of the Engineer and shall not again be employed on
the work.

The roadside production of materials produced by other than the Contractor's forces shall
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-87
be considered as subcontracted. Roadside production of materials shall be construed to be
production of aggregates of all kinds with portable, semi portable or temporary crushing or
screening, proportioning and mixing plants established or reopened for the purpose of
supplying aggregate or material for a particular project or projects. The erection,
establishment or reopening of the plants and the operation thereof in the production of
materials for use on the work shall conform to the requirements relating to labor set forth in
these Specifications and in the special provisions.

When any portion of the work which has been subcontracted by the Contractor is not being
prosecuted in a satisfactory manner, the subcontract for such work shall be terminated
immediately by the Contractor upon written notice from the Engineer, and the subcontractor
shall not again be employed on the type of work in which his or her performance was
unsatisfactory.

In no case shall the use of subcontractors in any way alter the position of the Contractor or
Contractor's sureties with relation to this Contract. When a subcontractor is used, the
responsibility for every portion of the work shall still remain with the Contractor.

The Contractor shall pay, when due, all valid claims of subcontractors, suppliers, and
workmen with respect to the project.

The mention herein of any specific duty or responsibility imposed upon the Contractor shall
not be construed as a limitation or restriction of any other responsibility or duty imposed
upon the Contractor by the Contract, said reference being made herein merely for the
purpose of explaining the specific duty or responsibility.

8-1.02 ASSIGNMENT

The performance of the Contract may not be assigned, except upon the written consent of
the Director. Consent will not be given to any proposed assignment which would relieve
the original Contractor or the Contractor's surety of their responsibilities under the Contract
nor will the Director consent to any assignment of a part of the work under the Contract.

The Contractor may assign moneys due or to become due the Contractor under the
Contract and the assignment will be recognized by the City of Vallejo, if given proper notice
thereof, to the extent permitted by law, but any assignment of moneys shall be subject to all
proper set-offs in favor of the City of Vallejo and to all deductions provided for in the
Contract and particularly all money withheld, whether assigned or not, shall be subject and
subordinate to claims of the City of Vallejo.

8-1.03 BEGINNING OF WORK

The Contractor shall begin work within 10 calendar days after the first working day stated
on the Notice to Proceed, and shall diligently prosecute the same to completion within the
time limit provided in the Notice to Contractors.

The Contractor shall notify the Engineer, in writing, of the Contractor's intent to begin work
at least 72 hours before work is begun. The notice shall be delivered to the Engineer and

B-88
shall specify the date the Contractor intends to start. If the project has more than one
location of work, a separate notice shall be given for each location.

Should the Contractor begin work in advance of receiving written Notice to Proceed, any
work performed by the Contractor in advance of the date of Notice to Proceed shall be
considered as having been done by the Contractor at the Contractor's own risk and as a
volunteer.

The Notice to Proceed shall constitute authority for the Contractor to enter upon the site of
the work and to begin operations, upon condition that the Contractor has strictly complied
with all requirements of these Contract Documents, including but not limited to, furnishing
all required documentation and certificates of insurance. If Contractor has not provided
City of Vallejo with all documents required by these Contract Documents as of the date of
the Notice to Proceed, Contractor shall not be allowed on the site of the work or allowed to
start work on the Project, notwithstanding the issuance of a Notice to Proceed.

When the Contractor has started work on the Project, the Contractor shall diligently
prosecute the work to completion within the time limit provided in the Contract Documents.

The counting of working days shall begin on the date stated as the first working day on the
Notice to Proceed, whether or not Contractor is allowed on the work site due to Contractor's
failure to furnish City of Vallejo with all documentation required by these Contract
Documents. In no event shall there be a period of time greater than thirty (30) days, from
the time the Contract forms are first received by the Contractor and the commencement of
the contract time, regardless of the receipt or lack thereof by City of Vallejo of all
documents required by these Contract Documents. The Contractor shall, on commencing
operations, take all precautions required for public safety and shall observe all the
provisions in these Specifications and the special provisions.

8-1.04 (BLANK)

8-1.05 TEMPORARY SUSPENSION OF WORK

The Engineer shall have the authority to suspend the work wholly or in part, for any time
period as the Engineer deems necessary, due to unsuitable weather, or to such other
conditions considered unfavorable for the suitable prosecution of the work, or for any time
period as the Engineer deems necessary due to the failure on the part of the Contractor to
carry out orders given, or to perform any provision of the Contract, or for any other reason.
The Contractor shall immediately comply with the written order of the Engineer to suspend
the work wholly or in part. The suspended work shall be resumed when conditions are
favorable and methods are corrected, as ordered or accepted in writing by the Engineer, or
as directed by the Engineer.

In the event that a suspension of work is ordered as provided above, and should that
suspension be ordered by reason of the failure of the Contractor to carry out orders or to
perform any provision of the Contract; or by reason of weather conditions being unsuitable
for performing any item or items of work, which work, in the sole opinion of the Engineer,

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-89
could have been performed prior to the occurrence of the unsuitable weather conditions
had the Contractor diligently prosecuted the work when weather conditions were suitable;
the Contractor, at the Contractor's expense, shall do all the work necessary to provide a
safe, smooth, and unobstructed passageway through construction for use by public traffic
during the period of that suspension as provided in Sections 7-1.08, "Public Convenience,"
and 7-1.09, "Public Safety," and as specified in the special provisions for the work. In the
event that the Contractor fails to perform the work above specified, the City of Vallejo will
perform that work and the cost thereof will be deducted from moneys due or to become due
the Contractor.

In the event that a suspension of work is ordered by the Engineer due to unsuitable
weather conditions, and in the sole opinion of the Engineer, the Contractor has prosecuted
the work with energy and diligence prior to the time that operations were suspended, the
cost of providing a smooth and unobstructed passageway through the work will be paid for
as extra work as provided in Section 4-1.03D or, at the option of the Engineer, that work will
be performed by the City of Vallejo at no cost to the Contractor.

If the Engineer orders a suspension of all of the work or a portion of the work which is the
current controlling operation or operations, due to unsuitable weather or to other conditions
considered unfavorable to the suitable prosecution of the work, the days on which the
suspension is in effect shall not be considered working days as defined in Section 8-1.06,
"Time of Completion." If a portion of work at the time of the suspension is not a current
controlling operation or operations, but subsequently does become the current controlling
operation or operations, the determination of working days will be made on the basis of the
then current controlling operation or operations.

If a suspension of work is ordered by the Engineer, due to the failure on the part of the
Contractor to carry out orders given or to perform any provision of the Contract, the days on
which the suspension order is in effect shall be considered working days if those days are
working days within the meaning of the definition set forth in Section 8-1.06, "Time of
Completion."

No Contract adjustment will be allowed under the provisions specified in this section to the
extent that performance would have been suspended or delayed by any other cause, or for
which an adjustment is provided for or excluded under any term or condition of this
Contract.

Any Contract adjustment warranted due to suspension of work ordered by the Engineer will
be made in the same manner as provided for right of way delays in Section 8-1.09, "Right
of Way Delays."

In the event of a suspension of work under any of the conditions set forth in this Section
8-1.05, the suspension of work shall not relieve the Contractor of the responsibilities as set
forth in Section 7, "Legal Relations and Responsibility."

8-1.06 TIME OF COMPLETION

The Contractor shall complete all or any designated portion of the work called for under the

B-90
Contract Documents in all parts and requirements within the time set forth in the Contract
Documents.

A working day is defined as any day, except as follows:

A. Saturdays, Sundays and legal holidays;

B. Days on which the Contractor is prevented by inclement weather or conditions


resulting immediately therefrom adverse to the current controlling operation or
operations, as determined by the Engineer, from proceeding with at least 75 percent
of the normal labor and equipment force engaged on that operation or operations for
at least 60 percent of the total daily time being currently spent on the controlling
operation or operations; or

C. Days on which the Contractor is prevented, by reason of requirements in


"Maintaining Traffic" of the special provisions, from working on the controlling
operation or operations for at least 60 percent of the total daily time being currently
spent on the controlling operation or operations.

Should the Contractor prepare to begin work at the regular starting time of any day on
which inclement weather, or the conditions resulting from the weather, or the condition of
the work, prevents the work from beginning at the usual starting time and the crew is
dismissed as a result thereof and the Contractor does not proceed with at least 75 percent
of the normal labor and equipment force engaged in the current controlling operation or
operations for at least 60 percent of the total daily time being currently spent on the
controlling operation or operations, the Contractor will not be charged for a working day
whether or not conditions should change thereafter during that day and the major portion of
the day could be considered to be suitable for those construction operations.

The current controlling operation or operations is to be construed to include any feature of


the work (e.g., an operation or activity, or a settlement or curing period) considered at the
time by the Engineer and the Contractor, which, if delayed or prolonged, will delay the time
of completion of the Contract.

Determination that a day is a non-working day by reason of inclement weather or conditions


resulting immediately therefrom, shall be made by the Engineer. The Contractor will be
allowed 15 days from the issuance of the weekly statement of working days in which to file
a written protest setting forth in what respects the Contractor differs from the Engineer;
otherwise, the decision of the Engineer shall be deemed to have been accepted by the
Contractor as correct. The Engineer will furnish the Contractor a weekly statement showing
the number of working days charged to the Contract for the preceding week, the number of
working days of time extensions being considered or accepted, the number of working days
originally specified for the completion of the Contract and the number of working days
remaining to complete the Contract and the extended date for completion thereof, except
when working days are not being charged in conformance with the provisions in Section
8-1.05, "Temporary Suspension of Work."

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-91
8-1.07 LIQUIDATED DAMAGES

It is agreed by the parties to the Contract that in case all the work called for under the
Contract in all parts and requirements is not completed within the number of working days
as set forth in the Contract Documents, damage will be sustained by the City of Vallejo, and
that it is and will be impracticable and extremely difficult to ascertain and determine the
actual damage which the City of Vallejo will sustain in the event of and by reason of the
delay; and it is therefore agreed that the Contractor will pay to the City of Vallejo, the sum
set forth in the Contract Documents per day for each and every calendar day's delay in
completing the work in excess of the number of working days prescribed; and the
Contractor agrees to pay the liquidated damages herein provided for, and further agrees
that the City of Vallejo may deduct the amount thereof from any moneys due or that may
become due the Contractor under the Contract.

The Contractor will be granted an extension of time and will not be assessed with liquidated
damages or the cost of engineering and inspection for any portion of the delay in
completion of the work beyond the time named in the Contract Documents for the
completion of the work caused by acts of God or of the public enemy, fire, floods, tsunamis,
earthquakes, epidemics, quarantine restrictions, strikes, labor disputes, shortage of
materials and freight embargoes, provided that the Contractor shall notify the Engineer in
writing of the causes of delay within 3 days from the beginning of that delay. The Engineer
shall ascertain the facts and the extent of the delay, and the Engineer's findings thereon
shall be final and conclusive.

No extension of time will be granted for a delay caused by a shortage of materials unless
the Contractor furnishes to the Engineer documentary proof that the Contractor has made
every effort to obtain the materials from all known sources in a diligent and timely manner,
and further proof in the form of supplementary progress schedules, as required in Section
8-1.04, "Progress Schedule," that the inability to obtain the materials when originally
planned, did in fact cause a delay in final completion of the entire work which could not be
compensated for by revising the sequence of the Contractor's operations. The term
"shortage of materials," as used in this section, shall apply only to materials, articles, parts
or equipment which are standard items and are to be incorporated in the work. The term
"shortage of materials," shall not apply to materials, parts, articles or equipment which are
processed, made, constructed, fabricated or manufactured to meet the specific
requirements of the Contract. Only the physical shortage of material will be considered
under these provisions as a cause for extension of time. Delays in obtaining materials due
to priority in filling orders will not constitute a shortage of materials.

Except for the additional compensation provided for in Section 8-1.09, "Right of Way
Delays," the Contractor shall have no claim for damage or compensation for any delay or
hindrance.

It is the intention of the above provisions that the Contractor shall not be relieved of liability
for liquidated damages or engineering and inspection charges for any period of delay in
completion of the work in excess of that expressly provided for in this Section

B-92
8-1.08 TERMINATION OF CONTROL

Whenever, in the opinion of the City of Vallejo, the Contractor has failed to supply an
adequate force of labor, equipment, or materials of proper quality, or has failed in any other
respect to prosecute the work with the diligence specified in the Contract; or if Contractor
should refuse or fail to comply with laws, ordinances, or directions of the Engineer; or if
Contractor should fail to make prompt payments to subcontractors or for labor or materials;
or otherwise be in breach of this Contract; the City of Vallejo may give written notice of at
least five (5) calendar days to the Contractor and Contractor's sureties that if the defaults
are not remedied within a time specified in such notice, the Contractor's control over the
work will be terminated.

If the Contractor should be adjudged a bankrupt, or make an assignment for the benefit of
Contractor's creditors, or if a receiver should be appointed on account of Contractor's
insolvency, the City of Vallejo may declare the Contractor's control over the work
terminated, and so notify the Contractor and Contractor's sureties.

Upon such termination, the City of Vallejo may take possession, and use all or any part, of
the Contractor's materials, tools, equipment, and appliances upon the premises to complete
the work; the City of Vallejo assuming responsibility for the final relinquishment of such
equipment at the conclusion of the work, or sooner, at its option, in as good condition as
when it was taken over, reasonable wear and tear excepted; and the City of Vallejo agrees
to pay for such materials and the use of said equipment at a reasonable compensation.

Upon such termination or the City of Vallejo's declaration that the Contractor is in default,
the City of Vallejo may direct the surety to complete, or cause to be completed, the
Contract work, or the City of Vallejo may direct that all or any part of the work be completed
by day labor, or by employment of other contractors on informal contracts, or both. If the
City of Vallejo directs the surety to complete or cause to be completed, the Contract work,
Contractor's performance bond surety agrees to immediately undertake to complete or
cause to be completed, all Contract work. If surety fails or refuses to immediately complete
or cause to be completed, all Contract work, surety agrees that damage will be sustained
by the City of Vallejo, and that it is and will be impracticable to determine the actual amount
of damage by reason of such acts; and the Contractor and surety agree that in addition to
any other damages City of Vallejo may sustain and may be recovered pursuant to these
Contract Documents, including but not limited to, other liquidated damages for delay, or
actual damages, the sum of FIVE HUNDRED DOLLARS ($500.00) is a reasonable amount
to be charged as liquidated damages for each day surety fails or refuses to complete or
cause to be completed, all Contract work, and it is therefore agreed that the Contractor and
surety will pay to the City of Vallejo this sum, for each and every calendar day surety fails
or refuses to complete or cause to be completed, the Contract work; and the Contractor
and surety further agree that the City of Vallejo may deduct and retain the amount thereof
from any monies due the Contractor under the Contract.

If the Contractor's control over the work is terminated as provided above, the Contractor is
not entitled to receive any portion of the amount to be paid under the Contract until it is fully
completed. After completion, if the unpaid balance exceeds the sum of the amount

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-93
expended by the City of Vallejo in finishing the work, plus all damages sustained, or to be
sustained, by the City of Vallejo, plus any unpaid claims on account of labor, materials,
tools, equipment, or supplies contracted for by the Contractor for the work herein
contemplated, the excess not otherwise required by these Contract Documents to be
retained shall be paid the Contractor. If the sum so expended exceeds the unpaid balance,
the Contractor and Contractor's surety are liable to the City of Vallejo for the amount of
such excess. If the surety completes the Contract work as provided above, such surety
shall be subrogated to money due under the Contract, and to money which shall become
due in the course of completion by the surety. However, Contractor and surety agree that
any subrogation rights of surety are subordinate to and inferior to rights of City of Vallejo.

The City of Vallejo reserves the right to terminate the work for its convenience upon written
notice to Contractor. In such event, the Contractor shall be paid its reasonable costs for
that portion of the work performed to the date of termination, reasonable costs associated
with demobilization, plus fifteen percent (15%) of all such costs for overhead and profit.

8-1.09 RIGHT OF WAY DELAYS

If, through the failure of the City of Vallejo to acquire or clear right of way, the Contractor
sustains loss which could not have been avoided by the judicious handling of forces,
equipment and plant, there shall be paid to the Contractor that amount that the Engineer
may find to be a fair and reasonable compensation for that part of the Contractor's actual
loss, that, in the opinion of the Engineer, was unavoidable, determined as follows:

Compensation for idle time of equipment will be determined in the same manner as
determinations are made for equipment used in the performance of extra work paid for on a
force account basis, as provided in Section 9-1.03A(3), "Equipment Rental," with the
following exceptions:

A. The right of way delay factor for each classification of equipment shown in the State
Department of Transportation publication entitled Labor Surcharge And Equipment
Rental Rates, which is a part of the Contract, will be applied to that equipment rental
rate.

B. The time for which the compensation will be paid will be the actual normal working
time during which the delay condition exists, but in no case will exceed 8 hours in
any one day.

C. The days for which compensation will be paid will be the calendar days, excluding
Saturdays, Sundays and legal holidays, during the existence of the delay, except
that when rental of equipment is paid for under the provisions in Section 9-1.03A
(3b), "Equipment not on the Work," no payment will be made for right of way delays
in conformance with the provisions in this Section 8-1.09.

Actual loss shall be understood to include no items of expense other than idle time of
equipment and necessary payments for idle time of workers, cost of extra moving of
equipment and cost of longer hauls. Compensation for idle time of equipment will be
determined as provided in this Section 8-1.09 and compensation for idle time of workers will

B-94
be determined as provided in Section 9-1.03A(1), "Labor," and no markup will be added in
either case for overhead and profit. The cost of extra moving of equipment and the cost of
longer hauls will be paid for as extra work as provided in Section 4-1.03D.

If performance of the Contractor's work is delayed as the result of the failure of the City of
Vallejo to acquire or clear right of way, an extension of time determined pursuant to the
provisions in Section 8-1.07, "Liquidated Damages," will be granted.

8-1.10 UTILITY AND NON-HIGHWAY FACILITIES

It is anticipated that some or all of the utility and other non-highway facilities, both above
ground and below ground, that are required to be rearranged (as used herein,
rearrangement includes installation, relocation, alteration or removal) as a part of the
highway improvement will be rearranged in advance of construction operations. Where it is
not anticipated that the rearrangement will be performed prior to construction, or where the
rearrangement must be coordinated with the Contractor's construction operations, the
existing facilities that are to be rearranged will be indicated on the plans or in the special
provisions. Where a rearrangement is indicated on the plans or in the special provisions,
the Contractor will have no liability for the costs of performing the work involved in the
rearrangement.

The right is reserved to the City of Vallejo and the owners of facilities, or their authorized
agents, to enter upon the highway right of way for the purpose of making those changes
that 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 this work and shall conduct operations in such a manner as to avoid any
unnecessary delay or hindrance to the work being performed by the other forces.
Wherever necessary, the work of the Contractor shall be coordinated with the
rearrangement of utility or other non-highway facilities, and the Contractor shall make
arrangements with the owner of those facilities for the coordination of the work.

Attention is directed to the possible existence of underground facilities and utilities not
indicated in the Contract Documents and to the possibility that utilities may be in a location
different from that which is indicated in the Contract Documents. The Contractor shall
ascertain the exact location of all utilities , the location of their service laterals or other
appurtenances, and of existing service lateral or appurtenances of any other underground
facilities prior to doing work.

If the Contractor cannot locate an underground facility or utility whose presence is indicated
in the Contract Documents after a diligent search and investigation, the Contractor shall
immediately so notify the Engineer in writing. If the facility for which the notice is given is in
a substantially different location from that indicated on the plans or in the special provisions,
the additional cost of locating the facility will be paid for as extra work as provided in
Section 4-1.03D.

If the Contractor discovers utilities not indicated in the Contract Documents, the Contractor
shall immediately give the Engineer and the Utility Company written notification of the

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-95
existence of those facilities. The utilities shall be located and protected from damage as
directed by the Engineer, and the cost of that work will be paid for as extra work as
provided in Section 4-1.03D. The Contractor shall, if directed by the Engineer, repair any
damage which may occur to the utilities. The cost of that repair work, not due to the failure
of the Contractor to exercise reasonable care or to comply with the terms of the Contract
Documents, will be paid for as extra work as provided in Section 4-1.03D. Damage due to
the Contractor's failure to exercise reasonable care or comply with the Contract Documents
shall be repaired at the Contractor's cost and expense.

Where it is determined by the Engineer that the rearrangement of an underground facility is


essential in order to accommodate the highway improvement and the plans and
Specifications do not provide that the facility is to be rearranged, the Engineer will provide
for the rearrangement of the facility by other forces or the rearrangement shall be
performed by the Contractor and will be paid for as extra work as provided in Section
4-1.03D.

When ordered by the Engineer in writing, the Contractor shall rearrange any utility or other
non-highway facility necessary to be rearranged as a part of the highway improvement, and
that work will be paid for as extra work as provided in Section 4-1.03D.

Should the Contractor desire to have any rearrangement made in any utility facility, or other
improvement, for the Contractor's convenience in order to facilitate the Contractor's
construction operations, which rearrangement is in addition to, or different from, the
rearrangements indicated on the plans or in the special provisions, the Contractor shall
make whatever arrangements are necessary with the owners of the utility or other
non-highway facility for the rearrangement and bear all expenses in connection therewith.

The Contractor shall immediately notify the Engineer of any delays to the Contractor's
operations as a direct result of underground main or trunk line facilities which were not
indicated on the plans or in the special provisions or were located in a position substantially
different from that indicated on the plans or in the special provisions, or as a direct result of
utility or other non-highway facilities not being rearranged as herein provided (other than
delays in connection with rearrangements made to facilitate the Contractor's construction
operations or delays due to a strike or labor dispute). These delays will be considered right
of way delays within the meaning of Section 8-1.09, "Right of Way Delays," and
compensation for the delay will be determined in conformance with the provisions in
Section 8-1.09. The Contractor shall be entitled to no other compensation for that delay.

Any delays to the Contractor's operations as a direct result of utility or other non-highway
facilities not being rearranged as provided in this Section 8-1.10, due to a strike or labor
dispute, will entitle the Contractor to an extension of time as provided in Section 8-1.07,
"Liquidated Damages." The Contractor shall be entitled to no other compensation for that
delay.

8-1.11 TERMINATION OF CONTRACT

The Contract may be terminated by the Director when termination is authorized by Section
7-1.125, "Legal Actions Against the City of Vallejo," Section 7-1.165, "Damage by Storm,

B-96
Flood, Tsunami or Earthquake," or by other provisions of the Contract which authorize
termination. The City of Vallejo also reserves the right to terminate the Contract at any time
upon a determination by the Director that termination of the Contract is in the best interest
of the City of Vallejo.

If the Director elects to terminate the Contract, the termination of the Contract and the total
compensation payable to the Contractor shall be governed by the following:

A. The Engineer will issue the Contractor a written notice signed by the Director,
specifying that the Contract is to be terminated. Upon receipt of the written notice,
the Contractor will be relieved of further responsibility for damage to the work
(excluding materials) as specified in Section 7-1.16, "Contractor's Responsibility for
the Work and Materials," and, except as otherwise directed in writing by the
Engineer, the Contractor shall:

1. Stop all work under the Contract except that specifically directed to be
completed prior to acceptance.

2. Perform work the Engineer deems necessary to secure the project for
termination.

3. Remove equipment and plant from the site of the work.

4. Take action that is necessary to protect materials from damage.

5. Notify all subcontractors and suppliers that the Contract is being terminated
and that their Contracts or orders are not to be further performed unless
otherwise authorized in writing by the Engineer.

6. Provide the Engineer with an inventory list of all materials previously


produced, purchased or ordered from suppliers for use in the work and not
yet used in the work, including its storage location, and such other
information as the Engineer may request.

7. Dispose of materials not yet used in the work as directed by the Engineer. It
shall be the Contractor's responsibility to provide the City of Vallejo with good
title to all materials purchased by the City of Vallejo hereunder, including
materials for which partial payment has been made as provided in Section
9-1.06, "Partial Payments," and with bills of sale or other documents of title
for those materials.

8. Subject to the prior written acceptance of the Engineer, settle all outstanding
liabilities and all claims arising out of subcontracts or orders for materials
terminated hereunder. To the extent directed by the Engineer, the Contractor
shall assign to the City of Vallejo all the right, title and interest of the
Contractor under subcontracts or orders for materials terminated hereunder.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-97
9. Furnish the Engineer with the documentation required to be furnished by the
Contractor under the provisions of the Contract including, on projects as to
which Federal funds are involved, all documentation required under the
Federal requirements included in the Contract.

10. Take other actions directed by the Engineer.

B. Acceptance of the Contract as hereinafter specified shall not relieve the Contractor
of responsibility for damage to materials. The Contractor shall continue to be
responsible for damage to materials after issuance of the Notice of Termination,
except as follows:

1. The Contractor's responsibility for damage to materials for which partial


payment has been made as provided in Section 9-1.06, "Partial Payments,"
and for materials furnished by the City of Vallejo for use in the work and
unused shall terminate when the Engineer certifies that those materials have
been stored in the manner and at the locations the Engineer has directed.

2. The Contractor's responsibility for damage to materials purchased by the City


of Vallejo subsequent to the issuance of the notice that the Contract is to be
terminated shall terminate when title and delivery of those materials has been
taken by the City of Vallejo.

When the Engineer determines that the Contractor has completed the work under
the Contract directed to be completed prior to termination and such other work as
may have been ordered to secure the project for termination, the Engineer will
recommend that the Director formally accept the Contract.

C. Termination of the Contract shall not relieve the Contractor or surety of their
obligation for any claims arising out of the work performed.

D. The total compensation to be paid to the Contractor shall be determined by the


Engineer on the basis of the following:

1. The reasonable cost to the Contractor, without profit, for all work performed
under the Contract, including mobilization, demobilization and work done to
secure the project for termination. In determining the reasonable cost,
deductions will be made for the cost of materials to be retained by the
Contractor, amounts realized by the sale of materials, and for other
appropriate credits against the cost of the work. Deductions will also be
made, when the Contract is terminated under the authority of Section
7-1.165, "Damage by Storm, Flood, Tsunami or Earthquake," for the cost of
materials damaged by the "occurrence."

When, in the opinion of the Engineer, the cost of a Contract item of work is
excessively high due to costs incurred to remedy or replace defective or
rejected work, the reasonable cost to be allowed will be the estimated

B-98
reasonable cost of performing that work in compliance with the requirements
of the Contract Documents and the excessive actual cost shall be disallowed.

2. A reasonable allowance for profit on the cost of the work performed as


determined under Subsection (1), provided the Contractor establishes to the
satisfaction of the Engineer that it is reasonably probable that the Contractor
would have made a profit had the Contract been completed and provided
further, that the profit allowed shall in no event exceed 4 percent of the cost.

3. The reasonable cost to the Contractor of handling material returned to the


vendor, delivered to the City of Vallejo or otherwise disposed of as directed
by the Engineer.

4. A reasonable allowance for the Contractor's administrative costs in


determining the amount payable due to termination of the Contract.

All records of the Contractor and the Contractor's subcontractors, necessary to determine
compensation in conformance with the provisions in this Section 8-1.11, shall be open to
inspection or audit by representatives of the City of Vallejo at all times after issuance of the
notice that the Contract is to be terminated and for a period of 3 years, thereafter, and
those records shall be retained for that period.

After acceptance of the work by the Director, the Engineer may make payments on the
basis of interim estimates pending issuance of the Final Estimate in conformance with the
provisions in Section 9-1.07B, "Final Payment and Claims," when, in the Engineer's
opinion, the amount thus paid, together with all amounts previously paid or allowed, will not
result in total compensation in excess of that to which the Contractor will be entitled. All
payments, including payment upon the Final Estimate shall be subject to deduction for prior
payments and amounts, if any, to be kept or retained under the provisions of the Contract.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-99
SECTION 9: MEASUREMENT AND PAYMENT

9-1.01 MEASUREMENT OF QUANTITIES

All work to be paid for at a Contract price per unit of measurement will be measured by the
Engineer in accordance with the International System of Units (SI) {United States Standard
Measures. A ton shall consist of 2,000 pounds avoirdupois}.

Unless shipped by rail, material paid for by mass shall be weighed on scales furnished by
and at the expense of the Contractor or on other sealed scales regularly inspected by the
Division of Measurement Standards or its designated representative.

Weighing, measuring and metering devices used to measure the quantity of materials used
in the work shall be suitable for the purpose intended and shall conform to the tolerances
and Specifications as outlined in Title 4, Chapter 9 of the California Code of Regulations,
the provisions of the California Business and Professions Code, Division 5, and these
Specifications. Devices not Type-approved by the Division of Measurement Standards
shall be Type-approved in conformance with the requirements in California Test 109.

Elements of the material plant controller which affect the accuracy or delivery of data shall
be made available for the application of security seals. These devices will be inspected
and adjusting elements sealed prior to the first production of materials for the Contract.
The security seals will be furnished by the Engineer. Material production shall cease when
alteration, disconnection or otherwise manipulation of the security seals occur, and
production shall not resume until the device is inspected and resealed by the Engineer.

Weighing, measuring or metering devices used to determine the quantity of materials to be


paid for will be considered to be "commercial devices" and shall be sealed by the Division
of Measurement Standards or its authorized representative as often as the Engineer may
deem necessary. The installation of all portable vehicle scales must be accepted by the
Engineer prior to sealing.

Vehicle scales shall be of sufficient size to permit the entire vehicle or combination of
vehicles to rest on the scale deck while being weighed. Combination vehicles may be
weighed as separate units provided they are disconnected while being weighed. The
maximum concentrated load shall not exceed the manufacturer's designed sectional
capacity of the scale.

Weighing, measuring or metering devices required by these Specifications for the purpose
of proportioning a material or product will be considered to be "non-commercial devices"
and shall be tested and accepted in conformance with the requirements in California Test
109. This testing shall be done by one of the following, in the presence of the Engineer, as
often as the Engineer deems necessary:

A. A County Sealer of Weights and Measures;

B. A Scale Service Agency; or

B-100
C. A Division of Measurement Standards Official.

The Contractor shall notify the Engineer at least 24 hours in advance of testing the device.

Undersupports for scale bearing points shall be constructed of Portland cement concrete
produced from commercial quality aggregates and cement, which contains not less than
275 kg of cement per cubic meter {463 pounds of cement per cubic yard}. Undersupports
shall be constructed in a manner to prevent any shifting or tilting of the support and shall
have a minimum height of 350 mm {14 inches} above ground line. The footings shall have
a minimum depth of 150 mm {6 inches} below the ground line. The bearing surface of the
footings shall have a minimum width of 760 mm {30 inches} and shall be of sufficient area
so the pressure does not exceed 200 kPa {4,000 pounds per square foot}. Adequate
drainage shall be provided to prevent saturation of the ground under the scale. Scale
bulkheads shall be of adequate material and strength to resist displacement. If timber
bulkheads are used, the minimum cross section shall be 200 mm x 200 mm
{8 inches x 8 inches}. Wedges shall not be used to shim the supports. If shimming is
necessary, the shimming shall be done by securely attached metal shims, or by grouting.
Shimming shall not exceed 75 mm {3 inches}. The approach ramps shall be level with the
scale deck for a distance of not less than one-half the length of the scale deck. The
mechanical indicating elements shall be installed level and plumb and shall be rigidly
mounted upon a concrete foundation.

The lever system and mechanical indicating elements of hopper scales shall be rigidly
attached to non-yielding supports in such a manner as to prevent any loss in weight due to
bending and distortion of the supports.

When a multiple beam type scale is used in proportioning materials, an over and under
indicator shall be provided which will give positive visible evidence of the amount of any
over and under weight. The indicator shall be so designed that the indicator will operate
during the addition of the last 90 kg {200 pounds} of any weighing. The over-travel of the
indicator shall be at least one-third of the loading travel. Indicators shall be enclosed
against moisture and dust.

Over and under dials, and other indicators for weighing and measuring systems used in
proportioning materials shall be grouped so that the smallest increment for each indicator
can be accurately read from the point at which the proportioning operation is controlled.

The Contractor shall bear the expense of all service fees for testing and approving of
"non-commercial devices." The cost of the equipment, labor and materials furnished by the
Contractor to assist in the testing of weighing, measuring or metering devices will be
considered as included in the Contract prices paid for the various Contract items of work
requiring the weighing, measuring or metering and no separate payment will be made
therefor.

Whenever pay quantities of material are determined by weighing, the scales shall be
operated by a weighmaster licensed in conformance with the requirements in the California
Business and Professions Code, Division 5, Chapter 7. The Contractor shall furnish a

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-101
Public weighmasters certificate or certified daily summary weigh sheets. A representative
of the City of Vallejo may, at the discretion of the Engineer, be present to witness the
weighing and to check and compile the daily record of the scale weights.

When required by the Engineer, the operator of each vehicle weighed shall obtain a weight
or load slip from the weigher and deliver that slip to the Engineer at the point of delivery of
the material.

If material is shipped by rail, the car mass will be accepted provided that actual mass of
material only will be paid for and not minimum car mass used for assessing freight tariff,
and provided further that car mass will not be acceptable for material to be passed through
mixing plants.

Vehicles used to haul material being paid for by mass shall be weighed empty daily and at
additional times as the Engineer may direct. Each vehicle shall bear a plainly legible
identification mark. Vehicles may from time to time be required by the Engineer to have the
mass of the material to be paid for verified by weighing the empty and loaded vehicle on
such other scales as the Engineer may designate.

Materials which are specified for measurement by volume, i.e. cubic yard, cubic foot, etc.,
shall be measured completed as-constructed. Whenever earthwork is to be measured by
volume, it shall be measured in-situ, unless otherwise specified in the Contract
documents. Materials "measured in the vehicle" shall be hauled in vehicles of such type
and size that the actual contents may be readily and accurately determined. Unless all
vehicles are of uniform capacity, each vehicle must bear a plainly legible identification mark
indicating its water level capacity. Vehicles shall be loaded to at least their water level
capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery.
Loads hauled in vehicles not meeting the above requirements or loads of a quantity less
than the capacity of the vehicle, measured after being leveled off as above provided, will be
subject to rejection, and no compensation will be allowed for that material.

When material is to be measured and paid for on a volume basis and it is impractical to
determine the volume by the specified method of measurement, or when requested by the
Contractor in writing and accepted by the Engineer in writing, the material will be weighed
in accordance with the requirements specified for mass measurement and the mass will be
converted to volume measurement for payment purposes. Factors for conversion from
mass measurement to volume measurement will be determined by the Engineer and shall
be agreed to by the Contractor before that method of measurement of pay quantities will be
adopted.

Quantities of material wasted or disposed of in a manner not called for under the Contract;
or rejected loads of material, including material rejected after it has been placed by reason
of the failure of the Contractor to conform to the provisions of the Contract; or material not
unloaded from the transporting vehicle; or material placed outside of the lines indicated on
the plans or established by the Engineer; or material remaining on hand after completion of
the work will not be paid for, and those quantities will be deducted from the final total
quantities. No compensation will be allowed for hauling and disposing of rejected material.

B-102
The mass of all aggregate or other roadway material which is to be paid for on a mass
basis, except imported borrow, imported topsoil, straw, fiber, aggregate sub bases,
aggregate bases or aggregate for cement treated bases, will be determined by deducting
from the mass of material, the mass of water in the material at the time of weighing in
excess of 3 percent of the dry mass of the material. When imported borrow, imported
topsoil or aggregate subbase is being paid for on a mass basis, the mass to be paid for will
be determined by deducting from the mass of the material, the mass of water in the
material at the time of weighing in excess of 6 percent of the dry mass of the material.
When straw is being paid for on a mass basis, the mass to be paid for will be determined
by deducting from the mass of straw, the mass of water in the straw at the time of weighing
in excess of 15 percent of the dry mass of the straw. When fiber is being paid for on a
mass basis, the mass of water in the fiber at the time of weighing shall not exceed 15
percent of the dry mass of the fiber. No deduction will be made for the mass of water in
fiber. The percentage of water in the material shall be determined by California Test 226.
The mass of aggregate base and aggregate for cement treated bases which are to be paid
for on a mass basis, will be determined as provided in Section 26, "Aggregate Bases," and
Section 27, "Cement Treated Bases," respectively.

The mass of water deducted as provided in this Section 9-1.01 will not be paid for.

Full compensation for all expense involved in conforming to the requirements specified in
this Section 9-1.01 shall be considered as included in the unit prices paid for the materials
being measured or weighed and no additional compensation will be allowed therefor.

9-1.015 FINAL PAY ITEMS

When an item of work is designated as (F) or (S-F) in the Engineer's Estimate, the
estimated quantity for that item of work shall be the final pay quantity, unless the
dimensions of any portion of that item are revised by the Engineer, or the item or any
portion of the item is eliminated. If the dimensions of any portion of the item are revised,
and the revisions result in an increase or decrease in the estimated quantity of that item of
work, the final pay quantity for the item will be revised in the amount represented by the
changes in the dimensions, except as otherwise provided for minor structures in Section
5.1-1.22, "Measurement." If a final pay item is eliminated, the estimated quantity for the
item will be eliminated. If a portion of a final pay item is eliminated, the final pay quantity
will be revised in the amount represented by the eliminated portion of the item of work.

The estimated quantity for each item of work designated as (F) or (S-F) in the Engineer's
Estimate shall be considered as approximate only, and no guarantee is made that the
quantity which can be determined by computations, based on the details and dimensions
shown on the plans, will equal the estimated quantity. No allowance will be made in the
event that the quantity based on computations does not equal the estimated quantity.

In case of discrepancy between the quantity shown in the Engineer's Estimate for a final
pay item and the quantity or summation of quantities for the same item shown on the plans,
payment will be based on the quantity shown in the Engineer's Estimate.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-103
Under no circumstances will Contractor be entitled to payment for any final pay quantity
that is greater than the unit quantity price for the final pay quantity item set forth in the
proposal form.

9-1.02 SCOPE OF PAYMENT

The Contractor shall accept the compensation provided in the Contract as full payment for
furnishing all labor, materials, tools, equipment, and incidentals necessary to the completed
work and for performing all work required under the Contract; also for loss or damage
arising from the nature of the work, or from the action of the elements, or from any
unforeseen difficulties which may be encountered during the prosecution of the work until
the acceptance by the Director and for all risks of every description connected with the
prosecution of the work, also for all expenses incurred in consequence of the suspension or
discontinuance of the work as provided in the Contract; and for completing the work
according to the Contract Documents.

No compensation will be made in any case for loss of anticipated profits.

9-1.03 FORCE ACCOUNT PAYMENT

When extra work is to be paid for on a force account basis, the labor, materials and
equipment used in the performance of that work shall be subject to the review and
acceptance of the Engineer and compensation will be determined as follows:

9-1.03A WORK PERFORMED BY CONTRACTOR

The Contractor will be paid the direct costs for labor, materials and equipment used in
performing the work determined as hereinafter provided in Sections 9-1.03A(1), "Labor,"
9-1.03A(2), "Materials," and 9-1.03A(3), "Equipment Rental," except where agreement has
been reached to pay in conformance with the provisions in Section 9-1.03B, "Work
Performed by Special Forces or Other Special Services."

To the total of the direct costs computed as provided in Sections 9-1.03A(1), "Labor,"
9-1.03A(2), "Materials," and 9-1.03A(3), "Equipment Rental," there will be added a markup
of 33 percent to the cost of labor, 15 percent to the cost of materials and 15 percent to the
equipment rental.

The above markups shall constitute full compensation for all overhead costs which shall be
deemed to include all items of expense not specifically designated as cost or equipment
rental in Sections 9-1.03A(1), "Labor," 9-1.03A(2), "Materials," and 9-1.03A(3), "Equipment
Rental." The total payment made as provided above shall be deemed to be the actual cost
of the work and shall constitute full compensation therefor.

When extra work to be paid for on a force account basis is performed by a subcontractor,
approved in conformance with the provisions in Section 8-1.01, "Subcontracting," an
additional markup of 5 percent will be added to the total cost of that extra work including all
markups specified in this Section 9-1.03A. The additional 5 percent markup shall
reimburse the Contractor for additional administrative costs, and no other additional

B-104
payment will be made by reason of performance of the extra work by a subcontractor.

9-1.03A(1) LABOR

The Contractor will be paid the cost of labor for the workers (including foremen when
authorized by the Engineer), used in the actual and direct performance of the work. The
cost of labor, whether the employer is the Contractor, subcontractor or other forces, will be
the sum of the following:

9-1.03A(1A) ACTUAL WAGES

The actual wages paid shall include any employer payments to or on behalf of the workers
for health and welfare, pension, vacation and similar purposes.

9-1.03A(1B) LABOR SURCHARGE

To the actual wages, as defined in Section 9-1.03A(1a), will be added a labor surcharge set
forth in the Department of Transportation publication entitled Labor Surcharge And
Equipment Rental Rates, which is in effect on the date upon which the work is
accomplished. The labor surcharge shall constitute full compensation for all payments
imposed by State and Federal laws and for all other payments made to, or on behalf of, the
workers, other than actual wages as defined in Section 9-1.03A(1A) and subsistence and
travel allowance as specified in Section 9-1.03A(1C).

9-1.03A(1C) SUBSISTENCE AND TRAVEL ALLOWANCE

The actual subsistence and travel allowance paid to the workers.


9-1.03A(2) MATERIALS

The City of Vallejo reserves the right to furnish any materials it deems advisable, and the
Contractor shall have no claims for costs and markup on those materials.

Only materials furnished by the Contractor and necessarily used in the performance of the
work will be paid for. The cost of those materials will be the cost to the purchaser, whether
Contractor, subcontractor or other forces, from the supplier thereof, except as the following
are applicable:

9-1.03A(2A)

If a cash or trade discount by the actual supplier is offered or available to the purchaser, it
shall be credited to the City of Vallejo notwithstanding the fact that the discount may not
have been taken.

9-1.03A(2B)

If materials are procured by the purchaser by any method which is not a direct purchase

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-105
from and a direct billing by the actual supplier to the purchaser, the cost of those materials
shall be deemed to be the price paid to the actual supplier as determined by the Engineer
plus the actual costs, if any, incurred in the handling of the materials.

9-1.03A(2C)

If the materials are obtained from a supply or source owned wholly or in part by the
purchaser, the cost of those materials shall not exceed the price paid by the purchaser for
similar materials furnished from that source on Contract items or the current wholesale
price for those materials delivered to the jobsite, whichever price is lower.

9-1.03A(2D)

If the cost of the materials is, in the opinion of the Engineer, excessive, then the cost of the
material shall be deemed to be the lowest current wholesale price at which the materials
were available in the quantities concerned delivered to the jobsite, less any discounts as
provided in Section 9-1.03A(2a).

9-1.03A(2E)

If the Contractor does not furnish satisfactory evidence of the cost of the materials from the
actual supplier thereof within 60 days after the date of delivery of the material or within 15
days after acceptance of the Contract, whichever occurs first, the City of Vallejo reserves
the right to establish the cost of the materials at the lowest current wholesale prices at
which the materials were available in the quantities concerned delivered to the location of
the work, less any discounts as provided in Section 9-1.03A(2a).

9-1.03A(3) EQUIPMENT RENTAL

The Contractor will be paid for the use of equipment at the rental rates listed for that
equipment in the Department of Transportation publication entitled Labor Surcharge And
Equipment Rental Rates, which is in effect on the date upon which the work is
accomplished and which is a part of the Contract, regardless of ownership and any rental or
other agreement, if they may exist, for the use of that equipment entered into by the
Contractor, except that for those pieces of equipment with a rental rate of $10.00 per hour
or less as listed in the Labor Surcharge And Equipment Rental Rates publication and which
are rented from a local equipment agency, other than Contractor owned, the Contractor will
be paid at the hourly or daily rate shown on the rental agency invoice or agreement for the
time used on force account work as provided in Section 9-1.03A(3a), "Equipment on the
Work." If a minimum equipment rental amount is required by the local equipment rental
agency, the actual amount charged will be paid to the Contractor.

Equipment owned by the Contractor and already on the job site shall only be paid for actual
hours of usage as documented on daily extra work reports. Equipment owned by the
Contractor, required to perform force account work, and not already on the job site shall
only be paid for actual hours of usage as documented on daily extra work reports and the
cost of mobilization to bring to the job site. The Engineer shall determine if equipment not
on the job site is required to be mobilized to perform extra work.

B-106
If it is deemed necessary by the Engineer to use equipment not listed in the Labor
Surcharge And Equipment Rental Rates publication, a suitable rental rate for that
equipment will be established by the Engineer. The Contractor shall furnish all cost data
which might assist the Engineer in the establishment of the rental rate. If the rental rate
established by the Engineer is $10.00 per hour or less, the provisions above concerning
rental of equipment from a local equipment agency shall apply.

The rental rates paid as above provided shall include the cost of fuel, oil, lubrication,
supplies, small tools, necessary attachments, repairs and maintenance of any kind,
depreciation, storage, insurance and all incidentals.

Operators of rented equipment will be paid for as provided in Section 9-1.03A(1), "Labor."

All equipment shall, in the opinion of the Engineer, be in good working condition and
suitable for the purpose for which the equipment is to be used.

Unless otherwise specified, manufacturer's ratings and manufacturer approved


modifications shall be used to classify equipment for the determination of applicable rental
rates. Equipment which has no direct power unit shall be powered by a unit of at least the
minimum rating recommended by the manufacturer.

Individual pieces of equipment or tools not listed in the Labor Surcharge and Equipment
Rental Rate publication and having a replacement value of $500 or less, whether or not
consumed by use, shall be considered to be small tools and no payment will be made
therefor.

Rental time will not be allowed while equipment is inoperative due to breakdowns.

9-1.03A(3A) EQUIPMENT ON THE WORK

The rental time to be paid for equipment on the work shall be the time the equipment is in
operation on the extra work being performed, and in addition, shall include the time
required to move the equipment to the location of the extra work and return the equipment
to the original location or to another location requiring no more time than that required to
return the equipment to its original location, except that moving time will not be paid for if
the equipment is used at the site of the extra work on other than the extra work. Loading
and transporting costs will be allowed, in lieu of moving time, when the equipment is moved
by means other than its own power, except that no payment will be made if the equipment
is used at the site of the extra work on other than the extra work.

The following shall be used in computing the rental time of equipment on the work:

A. When hourly rates are listed, less than 30 minutes of operation shall be considered
to be 0.5-hour of operation.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-107
B. When daily rates are listed, less than 4 hours of operation shall be considered to be
0.5-day of operation.

9-1.03A(3B) EQUIPMENT NOT ON THE WORK

When extra work, other than work specifically designated as extra work in the plans and
specifications, is to be paid for on a Force Account basis and the Engineer determines that
such extra work requires the Contractor to move on to the work equipment which could not
reasonably have been expected to be needed in the performance of the contract, the
Engineer may authorize payment for the use of such equipment at equipment rental rates
in excess of those listed as applicable for the use of such equipment subject to the
following additional conditions:

A. The Engineer shall specifically approve the necessity for the use of particular
equipment on such work.

B. The Contractor shall establish to the satisfaction of the Engineer that such
equipment cannot be obtained from his/her normal equipment source or sources
and those of his/her subcontractors.

C. The Contractor shall establish to the satisfaction of the Engineer that the proposed
equipment rental rate for such equipment from his/her proposed source is
reasonable and appropriate for the expected period of use.

D. The Engineer shall approve the equipment source and the equipment rental rate to
be paid by the City of Vallejo before the Contractor begins work involving the use of
said equipment.

For the use of equipment moved in on the work and used exclusively for extra work paid for
on a force account basis, the Contractor will be paid the rental rates listed in the
Department of Transportation publication entitled Labor Surcharge And Equipment Rental
Rates, which is in effect on the date upon which the work is accomplished and which is a
part of the Contract, or determined as provided in Section 9-1.03A(3) and for the cost of
transporting the equipment to the location of the work and its return to its original location,
all in accordance with the following provisions:

A. The original location of the equipment to be hauled to the location of the work shall
be agreed to by the Engineer in advance.

B. The City of Vallejo will pay the costs of loading and unloading the equipment.

C. The cost of transporting equipment in low bed trailers shall not exceed the hourly
rates charged by established haulers.

D. The rental period shall begin at the time the equipment is unloaded at the site of the
extra work, shall include each hour that the equipment is actually used at the site of
the extra work, excluding Saturdays, Sundays and legal holidays unless the
equipment is used to perform the extra work on those days, and shall terminate at

B-108
the end of the day on which the Engineer directs the Contractor to discontinue the
use of the equipment. The rental time to be paid for equipment not on the work shall
be the time the equipment is actually in operation on the extra work being performed
and in accordance with the following:

The hours to be paid for equipment which is operated less than 8 hours due to
breakdowns, shall not exceed 8 hours less the number of hours the equipment is
inoperative due to breakdowns.

When hourly rates are listed, less than 30 minutes of operation shall be considered
to be 0.5-hour of operation.

When daily rates are listed, less than 4 hours of operation shall be considered to be
4 hours of operation. No payment will be made if the equipment is not used. If the
equipment is used more than 4 hours of operation, payment will be made for one
day.

E. Should the Contractor desire the return of the equipment to a location other than
its original location, the City of Vallejo will pay the cost of transportation in
accordance with the above provisions, provided the payment shall not exceed
the cost of moving the equipment to the work.

F. Payment for transporting, and loading and unloading equipment, as above


provided, will not be made if the equipment is used on the work in any other way
than upon extra work paid for on a force account basis.

9-1.03A(3C) OWNER-OPERATED EQUIPMENT

When owner-operated equipment is used to perform extra work to be paid for on a force
account basis, the Contractor will be paid for the equipment and operator, as follows:

A. Payment for the equipment will be made in conformance with the provisions in
Section 9-1.03A(3), "Equipment Rental."

B. Payment for the cost of labor and subsistence or travel allowance will be made at
the rates paid by the Contractor to other workers operating similar equipment
already on the project or, in the absence of other workers operating similar
equipment, at the rates for that labor established by collective bargaining
agreements for the type of workers and location of the work, whether or not the
owner-operator is actually covered by an agreement. A labor surcharge will be
added to the cost of labor described herein, in conformance with the provisions in
Section 9-1.03A(lb), "Labor Surcharge."

C. To the direct cost of equipment rental and labor, computed as provided herein, will
be added the markups for equipment rental and labor as provided in Section 9-
1.03A, "Work Performed by Contractor."

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-109
9-1.03A(3D) DUMP TRUCK RENTAL

Dump truck rental shall conform to the provisions in Sections 9-1.03A(3), "Equipment
Rental," 9-1.03A(3a), "Equipment on the Work," and 9-1.03A(3b), "Equipment not on the
Work," except as follows:

Fully maintained and operated rental dump trucks used in the performance of extra work
paid for on a force account basis will be paid for at the same hourly rate paid by the
Contractor for use of fully maintained and operated rental dump trucks in performing
Contract item work.

In the absence of Contract item work requiring dump truck rental, the Engineer will
establish an hourly rental rate to be paid. The Contractor shall provide the Engineer with
complete information on the hourly rental rates available for rental of fully maintained and
operated dump trucks.

The provisions in Section 9-1.03A(1), "Labor," shall not apply to operators of rented dump
trucks.

The rental rates listed for dump trucks in the Department of Transportation publication
entitled Labor Surcharge And Equipment Rental Rates shall not apply.

To the total of the rental costs for fully maintained and operated dump trucks, including
labor, there will be added a markup of 15 percent. An additional markup of 5 percent will
be added by reason of performance of the work by a subcontractor. No separate markup
will be made for labor.

The provisions in Section 9-1.03A(3c), "Owner-Operated Equipment," shall not apply to


dump truck rentals.

9-1.03B WORK PERFORMED BY SPECIAL FORCES OR OTHER SPECIAL


SERVICES

When the Engineer and the Contractor, by agreement, determine that a special service or
an item of extra work cannot be performed by the forces of the Contractor or those of any
of the Contractor's subcontractors, that service or extra work item may be performed by a
specialist.

9-1.03C RECORDS

The Contractor and all subcontractors shall maintain records in such a manner as to
provide a clear distinction between the direct costs of extra work paid and the costs of other
operations.

From the above records, the Contractor shall furnish the Engineer completed daily extra
work reports, either on forms furnished by the City of Vallejo or on computerized facsimiles
of the City of Vallejo's forms acceptable to the Engineer, for each day's extra work to be
paid for on a force account basis. The daily extra work reports shall itemize the materials

B-110
used, and shall state the direct cost of labor and the charges for equipment rental, whether
furnished by the Contractor, subcontractor or other forces, except for charges described in
Section 9-1.03B, "Work Performed by Special Forces or Other Special Services." The daily
extra work reports shall provide names, identifications, and classifications of all workers,
the hourly rate of pay and hours worked, and also the size, type and identification number
of equipment, and hours operated.

Material charges shall be substantiated by valid copies of vendor's invoices. The invoices
shall be submitted with the daily extra work reports, or if not available, the invoices shall be
submitted within 30 days after the submittal of the daily extra work report or 30 days after
the date of delivery of the material, whichever occurs first. Contractor waives payment for
material charges not substantiated by valid copies of vendors invoices submitted within the
times provided.

Daily extra work reports shall be signed by the Contractor or the Contractor's authorized
representative, and shall be submitted to the City on the day the work is performed, or
within 24 hours if authorized by the Engineer. Daily extra work reports shall be signed by
the designated representative of the City to acknowledge the labor hours, materials, and
equipment used to perform the work. Signature by the Citys representative does not
constitute approval for payment. All daily extra work reports are subject to review and
approval by the Engineer for conformance to the Contract Documents prior to payment.
The City reserves the right to make adjustments to the amount to be paid for extra work
based upon daily extra work reports at any time prior to project acceptance, even if
payment has been made under a progress payment. Contractor waives payment for that
portion of Force Account work in which a daily extra work report has not been signed by the
Citys designated representative and/or submitted to the City within the time specified
above.

The Engineer will compare the Engineer's records with the completed daily extra work
reports furnished by the Contractor and make any necessary adjustments. When these
daily extra work reports are agreed upon and signed by both parties, the reports shall
become the basis of payment for the work performed, but shall not preclude subsequent
adjustment based on a later audit by the City of Vallejo.

The Contractor's and all subcontractors records pertaining to the Project shall be open to
inspection or audit by representatives of the City of Vallejo, during the life of the Contract
and for a period of not less than 3 years after the date of acceptance thereof, and the
Contractor and all subcontractors shall retain those records for that period. Where
payment for materials or labor is based on the cost thereof to forces other than the
Contractor, the Contractor shall make every reasonable effort to ensure that the cost
records of those other forces will be open to inspection and audit by representatives of the
City of Vallejo on the same terms and conditions as the cost records of the Contractor. If
an audit is to be commenced more than 60 days after the acceptance date of the Contract,
the Contractor will be given a reasonable notice of the time when the audit is to begin.

9-1.03D PAYMENT

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-111
Payment as provided in Sections 9-1.03A, "Work Performed by Contractor," and 9-1.03B,
"Work Performed by Special Forces or Other Special Services," shall constitute full
compensation to the Contractor for performance of work paid for on a force account basis
and no additional compensation will be allowed therefor. The payment will be made in
conformance with the provisions in Section 9-1.06, "Partial Payments."

The Engineer's receipt of a proposed progress schedule and monthly updated progress
schedules, all in strict compliance with these Contract Documents shall be conditions
precedent to the Engineers acceptance of the Contractor's periodic pay requests and/or the
City of Vallejo's obligation to pay Contractor.

9-1.04 (BLANK)

9-1.05 STOP NOTICES

The City of Vallejo, may at its option and at any time retain out of any amounts due the
Contractor, sums sufficient to cover claims filed pursuant to Section 3179 et seq. of the
Civil Code. In cases where the contractor chooses to Bond around the Stop Notice, the
Bond shall be of a form approved by the City.

9-1.06 PARTIAL PAYMENTS

The City of Vallejo, once in each month, shall cause an estimate in writing to be made by
the Engineer. The estimate shall include the total amount of work done and acceptable
materials furnished, provided the acceptable materials are listed as eligible for partial
payment as materials in the special provisions and are furnished and delivered by the
Contractor on the ground and not used or are furnished and stored for use on the Contract,
if the storage is within the City of Vallejo and the Contractor furnishes evidence satisfactory
to the Engineer that the materials are stored subject to or under the control of the City of
Vallejo, to the time of the estimate, and the value thereof. The estimate shall also include
any amounts payable for mobilization. Daily extra work reports furnished by the Contractor
less than 5 calendar days, not including Saturdays, Sundays and legal holidays, prior to the
preparation of the monthly progress estimate shall not be eligible for payment until the
following month's estimate.

The amount of any material to be considered in making an estimate will in no case exceed
the amount thereof which has been reported by the Contractor to the Engineer on City of
Vallejo-furnished forms properly filled out and executed, including accompanying
documentation as therein required, less the amount of the material incorporated in the work
to the time of the estimate. Only materials to be incorporated in the work will be
considered. The estimated value of the material established by the Engineer will in no case
exceed the Contract price for the item of work for which the material is furnished.

Unless otherwise approved by the Engineer in writing, Contractor shall submit to Engineer
on or before the tenth (10th) day of the month, an itemized application for payment for the
cost of the work in permanent place, which has been completed in strict accordance with
the Contract Documents as of the last day of the preceding month, less amounts previously
paid. The application for payment shall be prepared in a form acceptable to Engineer, and

B-112
shall contain itemized amounts in accordance with the Contract Documents. The
applications for payment shall not include requests for payment on account of changes
which have not been authorized by Change Orders, or for amounts Contractor does not
intend to pay a subcontractor because of a dispute or other reason.

If requested by the City of Vallejo, an application for payment shall be accompanied by a


summary showing payment that will be made to subcontractors covered by such
application, and unconditional waivers and releases of claims and stop notices, from each
subcontractor listed in the preceding application for payment covering sums disbursed
pursuant to that preceding application for payment.

Contractor warrants that upon submittal of an application for payment, all work has been
performed in strict compliance with the Contract Documents, and all work for which
certificates of payment have been previously issued and payment has been received from
City of Vallejo, shall be free and clear of all claims, stop notices, security interests, and
encumbrances in favor of Contractor, subcontractors or other persons or firms entitled to
make claims by reason of having provided labor, materials, or equipment related to the
work.

Payment of all, or any part, of an application for payment may be withheld, a certificate of
payment may be withheld, all or part of a previous certificate for payment may be nullified
and that amount withheld from a current certificate for payment, or the City of Vallejo may
withhold from payment, on account of any of the following:

Defective work not remedied;

Third-party claims against Contractor or City of Vallejo arising from the acts or omissions of
Contractor or subcontractors;

Stop notices;

Failure of Contractor to make timely payments due to subcontractors for material or labor;

A reasonable doubt that the work can be completed for the balance of the Contract price
then unpaid;

Damage to the City of Vallejo or others for which Contractor is responsible;

Reasonable evidence that the work cannot be completed within the Contract time, and the
unpaid balance of the Contract price would not be adequate to complete the work and
cover City of Vallejo's damages for the anticipated delay;

Failure of Contractor to maintain, update, and submit record documents;

Failure of Contractor to submit schedules or their updates as required by the Contract


Documents;

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-113
Performance of the work by Contractor without properly processed shop drawings;

Liquidated damages assessed;

Any other failure of Contractor to perform its obligations under the Contract Documents.

By resolution of the City of Vallejos City Council, a fund has been established, money
appropriated in the current budget, and assigned to the account(s) which is/are the sole
source(s) of funds available for payment of the Contract price. Contractor understands and
agrees that Contractor will be paid only from this special fund and if for any reason this fund
is not sufficient to pay Contractor, Contractor will not be entitled to payment. The
availability of money in this fund, and City of Vallejo's ability to draw from this fund, are
conditions precedent to City of Vallejo's obligation to make payments to Contractor.

Within thirty (30) days of receipt of an approved certificate for payment, properly executed
by the Contractor, City of Vallejos Engineer and Director, City of Vallejo agrees to pay
Contractor, subject to all of the terms and conditions of these Contract Documents, an
amount equal to ninety five percent (95%) of the sum of the following (less any amounts
withheld as permitted by the Contract Documents):

Cost of the work in permanent place as of the end of the preceding month as set forth and
approved on the certificate for payment; and

Less amounts previously paid.

9-1.065 PAYMENT OF WITHHELD FUNDS

Upon the Contractor's request, the City of Vallejo will make payment of funds withheld from
progress payments to ensure performance of the Contract if the Contractor deposits in
escrow with the City of Vallejo, or with a bank acceptable to the City of Vallejo, securities
equivalent to the amount withheld. The Contractor shall be beneficial owner of any
securities substituted for moneys withheld and shall receive any interest thereon. Upon
satisfactory completion of the Contract, the securities shall be returned to the Contractor.

Alternatively, upon the Contractor's request, the City of Vallejo will make payment of
retentions earned directly to the escrow agent. The Contractor may direct the investment
of the payments into securities, and the Contractor shall receive the interest earned on the
investments upon the same terms provided for securities deposited by the Contractor.
Upon satisfactory completion of the Contract, the Contractor shall receive from the escrow
agent all securities, interest and payments received by the escrow agent from the City of
Vallejo.

Alternatively, and subject to the acceptance by the City of Vallejo, the payment of
retentions earned may be deposited directly with a person licensed under Division 6
(commencing with Section 17000) of the Financial Code as the escrow agent. Upon written
request of an escrow agent that has not been approved by the City of Vallejo under
subdivision (c) of Section 10263 of the Public Contract Code, the City of Vallejo will provide
written notice to that escrow agent within 10 business days of receipt of the request

B-114
indicating the reason or reasons for not approving that escrow agent. The payments will be
deposited in a trust account with a Federally chartered bank or savings association within
24 hours of receipt by the escrow agent. The Contractor shall not place any retentions with
the escrow agent in excess of the coverage provided to that escrow agent pursuant to
subdivision (b) of Section 17314 of the Financial Code. In all respects not inconsistent with
subdivision (c) of Section 10263 of the Public Contract Code, the remaining provisions of
Section 10263 of the Public Contract Code shall apply to escrow agents acting pursuant to
subdivision (c) of Section 10263 of the Public Contract Code.

Securities eligible for investment shall include those listed in Section 16430 of the
Government Code, 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 City of Vallejo.

The escrow agreement used pursuant to this Section 9-1.065 shall be substantially similar
to the "Escrow Agreement for Security Deposits In Lieu of Retention" in Section 10263 of
the Public Contract Code, deemed as incorporated herein by reference.

The Contractor shall obtain the written consent of the surety to the agreement.

9-1.07 PAYMENT AFTER ACCEPTANCE

After the work has been accepted in writing by the Director, as provided in Section 7-1.17,
"Acceptance of Contract," payments will be made to the Contractor subject to the
provisions in this Section 9-1.07.

9-1.07A PAYMENT PRIOR TO PROPOSED FINAL ESTIMATE

After acceptance of the work by the Director, the Engineer will make an estimate of the total
amount of work done under the Contract and the City of Vallejo will make a final monthly
payment pending issuance of the proposed final estimate. The City of Vallejo will pay the
balance thereon found to be due after deduction of all previous payments, all amounts to
be kept or retained under the provisions of the Contract and those further amounts that the
Engineer determines to be necessary pending issuance of the proposed final estimate and
payment thereon.

9-1.07B FINAL PAYMENT

After written acceptance of the Work as complete by the Director, or the Directors
designated representative, the Engineer will prepare and issue to the Contractor a
proposed final estimate in writing of the total amount payable to the Contractor, including
therein an itemization of the total amount, segregated as to Contract item quantities, extra
work and any other basis for payment, and shall also show therein all deductions made or
to be made for prior payments and amounts to be kept or retained under the provisions of
the Contract. All prior estimates and payments shall be subject to correction in the
proposed final estimate.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-115
The Contractor shall submit written approval of the proposed final estimate or a written
statement of all claims arising under or by virtue of the Contract so that the Engineer
receives the written approval or statement of claims no later than close of business of the
thirtieth day after receiving the proposed final estimate. If the thirtieth day falls on a
Saturday, Sunday or legal holiday, then receipt of the written approval or statement of
claims by the Engineer shall not be later than close of business of the next business day.
No claim will be considered that was not included in the written statement of claims, nor will
any claim be allowed as to which a notice or protest is required unless the Contractor has
strictly complied with the notice or protest requirements of the Contract Documents.

On the Contractor's approval, or if the Contractor files no claim within the specified period
of 30 days, the Engineer will issue a final estimate in writing in accordance with the
proposed final estimate submitted to the Contractor. The City of Vallejo will pay any
remaining moneys unpaid and found to be due in the proposed final estimate 35 days after
the recordation of the Notice of Completion in the records of the Solano County Recorder's
Office as per Section 7-1.17, "Acceptance of Contract. That final estimate and payment
thereon shall be conclusive and binding against Contractor on all questions relating to the
amount of work done and the compensation payable therefor.

If the Contractor within the specified period of 30 days files claims, the Engineer will issue a
semifinal estimate in accordance with the proposed final estimate submitted to the
Contractor and within 30 days thereafter the City of Vallejo will pay the sum so found to be
due. The semifinal estimate and payment thereon shall be conclusive and binding against
the Contractor on all questions relating to the amount of work done and the compensation
payable therefor, except insofar as affected by the claims filed within the time and in the
manner required hereunder.

9-1.07C CLAIMS

A. General. A Claim means a written demand or written assertion by Contractor to


adjust, alter, modify, or otherwise change the Contract price or the Contract time, or
both. All claims filed hereunder shall strictly comply with all requirements of the
Contract Documents.

In order to qualify as a Claim, the written demand must state that it is a claim
submitted under Section 9-1.07C of the Contract Documents. A letter, voucher,
invoice, payment application, or other routine or authorized form of request for
payment is not a Claim under the Contract Documents. If such a request is disputed
as to liability or amount, then the disputed portion of the submission may be
converted to a Claim under the Contract Documents by submitting a separate claim
in compliance with claim submission requirements.

A Claim must be stated with specificity, including identification of the event or


occurrence giving rise to the Claim, the date of the event, and the asserted affect on
the Contract price and the Contract time, if any. The Claim shall include adequate
supporting data. Adequate supporting data for a Claim for an adjustment of the
Contract time shall include scheduling data demonstrating the impact of the event on
the controlling operation and completion of the Project. Adequate supporting data

B-116
for a Claim for an adjustment in the Contract price shall include a detailed cost
breakdown of items included within the Claim and documentation supporting each
item of cost.

Notwithstanding and pending the resolution of any Claim, the Contractor shall
diligently prosecute the disputed work to final completion of the work. Contractor
shall impose the Claim notice and documentation requirements in this Contract on
Contractors subcontractors of all tiers, and require them to submit to the Contractor
all Claims against Contractor and/or City within the times and containing the
documentation required by these provisions. The Claim notice and documentation
procedure described in these provisions applies to all claims and disputes arising
under the Contract Documents, whether or not specifically referred to in any specific
portion of the Contract.

If additional information or details are required by the Engineer to determine the


basis and amount of any Claims, the Contractor shall furnish additional information
or details so that the additional information or details are received by the Engineer
no later than the fifteenth day after receipt of the written request from the Engineer.
If the fifteenth day falls on a Saturday, Sunday or legal holiday, then receipt of the
information or details by the Engineer shall not be later than close of business of the
next business day. Contractor understands and agrees that failure to submit the
information and details to the Engineer within the time specified shall be result in
Contractor waiving that Claim.

The Contractor and all subcontractors shall keep full and complete records of the
costs and additional time incurred for any work for which a Claim for additional
compensation is made. The Engineer or any designated claim investigator or
auditor shall have access to those records and any other records as may be
required by the Engineer to determine the facts or contentions involved in the
claims. Contractor agrees that failure to permit access to those records waives
Contractors Claims.

The City of Vallejo, or its authorized representatives, shall have access, upon
reasonable notice, during normal business hours, to Contractor and subcontractors'
books, documents and accounting records, including but not limited to, bid
worksheets, bids, subcontractor bids and proposals, estimates, cost accounting
data, accounting records, payroll records, time sheets, canceled checks, profit and
loss statements, balance sheets, project correspondence including but not limited to
all correspondence between Contractor and its sureties and subcontractors/vendors,
project files, scheduling information, and other records of the Contractor and all
subcontractors directly or indirectly pertinent to the work, original as well as change
and claimed extra work, to verify and evaluate the accuracy of cost and pricing data
submitted with any change order, prospective or completed, or any claim for which
additional compensation has been requested or claim has been tendered. Such
access shall include the right to examine and audit such records, and make
excerpts, transcriptions, and photocopies at City of Vallejo's cost.

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-117
The parties agree that in the event Contractor or any subcontractor fails to comply
with this section, it would be difficult for the City of Vallejo to determine its actual
damages; therefore, Contractor agrees to pay City of Vallejo, as liquidated
damages, the sum of Two hundred fifty dollars ($250.00), which Contractor agrees
is reasonable under the circumstances, for each and every calendar day which
Contractor or a subcontractor fails or refuses to provide the City of Vallejo, access to
the materials specified in this section.

B. Disputes

Contract Interpretation Disputes: Should it appear to the Contractor that the work to
be performed or any of the matters relative to the Contract Documents are not
satisfactorily detailed or explained therein, or should any questions arise as to the
meaning or intent of the Contract Documents, the Contractor shall give written
notice to the City of Vallejo. The Contractor shall bear all costs incurred in the giving
of such notice.

All issues regarding the interpretation of the plans or specifications shall be referred
to the City for interpretation. The City shall have the right but not the obligation to
affirm or disaffirm any interpretation of the plans or specifications, which affirmance
or disaffirmance shall be final. If the Contractor should disagree with the Citys
decision, the Contractors sole and exclusive remedy is to file a Claim in accordance
with these provisions.

Work Disputes: Should any dispute arise under the Contract Documents respecting
the true value of any work performed, the implementation of the Work required by
the Contract Documents, any Work omitted, any extra work which the Contractor
may be required to perform or time extensions, respecting the size of any payment
to the Contractor during the performance of the Contract Documents, or of
compliance with Contract Documents procedures, the dispute shall be decided by
the City of Vallejo and its decision shall be final and conclusive. If the Contractor
disagrees with the Citys decision, the Contractors sole and exclusive remedy is to
file a claim in accordance with these provisions.

C. Delays. As used herein, the following terms shall have the following meanings:

"Excusable Delay" means any delay of the completion of the Project beyond the
expiration of the Contract time caused by conditions beyond the control and without
the fault or negligence of the Contractor such as strikes, embargoes, fire,
unavoidable casualties, unusual delays in transportation, national emergency, and
stormy and inclement weather conditions in which the work cannot continue. The
financial inability of the Contractor or any subcontractor and default of any
subcontractor, without limitation, shall not be deemed conditions beyond the
Contractor's control. An Excusable Delay may entitle the Contractor to an
adjustment in the Contract time.

"Compensable Delay" means any delay of the completion of the work beyond the
expiration date of the Contract time caused by the gross negligence or willful acts of

B-118
the City of Vallejo, and which delay is unreasonable under the circumstances
involved, and not within the contemplation of the parties. A Compensable Delay
may entitle the Contractor to an extension of the Contract time and/or Contract
price. Except as provided herein, the Contractor shall have no claim for damage or
compensation for any delay, interruption, hindrance, or disruption.

"Unexcusable Delay" means any delay of the completion of the Project beyond the
expiration of the Contract time resulting from causes other than those listed above.
An Unexcusable Delay shall not entitle the Contractor to an extension of the
Contract time or an adjustment of the Contract price.

The Contractor may make a Claim for an extension of the Contract time, for an
Excusable Delay or a Compensable Delay, subject to the following:

1. If an Excusable Delay and a Compensable Delay occur concurrently, the


maximum extension of the Contract time shall be the number of days from
the commencement of the first delay to the cessation of the delay which ends
last.

2. If an Unexcusable Delay occurs concurrently with either an Excusable Delay


or a Compensable Delay, the maximum extension of the Contract time shall
be the number of days, if any, by which the Excusable Delay or the
Compensable Delay exceeds the Unexcusable Delay.

3. If an Unexcusable Delay occurs concurrently with both an Excusable Delay


and a Compensable Delay, the maximum extension in the Contract time shall
be the number of days, if any, by which the number of days determined
pursuant to Subparagraph (a) exceeds the number of days of the
Unexcusable Delay.

4. For a Compensable Delay, the Contractor shall only be entitled to an


adjustment in the Contract price in an amount equal to the actual additional
labor costs, material costs, and unavoidable equipment costs incurred by the
Contractor as a result of the Compensable Delay, plus the actual additional
wages or salaries and fringe benefits and payroll taxes of supervisory and
administrative personnel necessary and directly employed at the Project site
for the supervision of the work during the period of Compensable Delay.
Except as provided herein, the Contractor shall have no claim for damage or
compensation for any delay, interruption, hindrance, or disruption. There
shall be no Compensable Delay unless the event or occurrence giving rise to
the Compensable Delay extends the actual completion of the Project past the
Contract time.

The parties agree that the City of Vallejo's exercise of its right to order changes in
the work, regardless of the extent and number of changes, or to suspend the work,
is within the contemplation of the parties and shall not be the basis for any Claim for
Compensable Delay. The rights of the Contractor to adjustments of the Contract

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-119
time and the Contract sum, based on changes ordered in the work or suspension of
the work, shall be governed by this provision.

Notwithstanding the making of any Claim or the existence of any dispute regarding
any Claim, Contractor shall not cause any delay, cessation, or termination in or of
Contractor's performance of the work, but shall diligently proceed with performance
of the work in accordance with the Contract Documents.

Contractor agrees that the daily Contractor Delay Damages as set forth in the
Proposal Form shall be full compensation to Contractor, all subcontractors and
anyone for whom they may be legally responsible, for each day of delay that may be
caused by City of Vallejo or anyone for whom City of Vallejo is legally responsible,
including but not limited to, extended field costs, extended home overhead costs,
impact, inefficiency, unabsorbed home office overhead, underabsorbed home office
overhead, hindrance, disruption or any other damage arising from delay, no matter
how characterized and regardless of the cause, extent or duration of the delay.
Inclusion of Contractor Delay Damages within the Proposal Form is solely for the
purpose of determining the low bidder and establishing the City of Vallejos
maximum daily liability as a result of City of Vallejo delays to Contractor, if any, and
City of Vallejo has no obligation to pay any daily Contractor Delay Damages except
as provided for in these Contract Documents for Compensable Delays. In the event
that City of Vallejo becomes liable to Contractor for compensable delays, City of
Vallejo agrees to pay Contractor the daily Contractor Delay Damages set forth in the
Proposal Form or Contractors actual daily delay damages, whichever is less, for
each day of Compensable Delay as provided for by these Contract Documents.

D. Claim Procedures. Should any clarification, determination, action or inaction by the


City, Work, or any event, in the opinion of the Contractor, exceed the requirements
of or not comply with the Contract Documents, or otherwise result in the Contractor
seeking additional compensation in time or money for any reason (collectively
Disputed Work), then the Contractor and the City shall make good faith attempts to
resolve informally any and all such issues and/or disputes. The Contractor must file
a written Notice of Potential Claim with the City on the form provided in the Contract
Documents before commencing the Disputed Work, or within seven (7) calendar
days after Contractors first knowledge of the Disputed Work, whichever is earlier,
stating clearly and in detail its objection and reasons for contending the Work or
interpretation is outside the requirements of the Contract Documents. If a written
Notice of Potential Claim is not filed within this time period, or if the Contractor
proceeds with the Disputed Work without first having filed the notice required by
these provisions, the Contractor shall waive any rights to further claim on the
specific issue.

The City will review the Contractors timely Notice of Potential Claim and provide a
decision. The City may require supplemental information from the Contractor to
clarify that contained in the Notice of Potential Claim. If, after receiving the Citys
decision, the Contractor disagrees with the decision, the Contractor shall so notify
the City, in writing, within seven (7) calendar days after receiving the decision, that a
formal Claim will be filed. The Contractor shall submit the Claim in the form

B-120
specified herein and all arguments, justification, costs or estimates, schedule
analyses, and detailed documentation supporting the Contractors position within
thirty (30) calendar days after receiving the Citys decision on the Notice of Potential
Claim. The Contractors failure to furnish notification within seven (7) calendar days
and all justifying documentation within thirty (30) calendar days will result in the
Contractor waiving all rights to the subject Claim.

If Disputed Work persists longer than thirty (30) calendar days after receiving the
Citys decision on the Notice of Potential Claim, then the Contractor shall, every
thirty (30) calendar days until the Disputed Work ceases, submit to the City a
document titled Claim Update which shall update and quantify all elements of the
Claim as completely as possible. The Contractors failure to submit a Claim Update
or to quantify all costs and impacts every thirty (30) days shall result waiver of that
portion of the Claim for that thirty (30) day period. Claims or Claim Updates stating
that damages will be determined at a later date shall not comply with the
requirements of these provisions and shall result in the Contractor waiving such
Claim(s) and/or Claim Updates.

All Claims must be submitted to Engineer before the issuance of the final estimate.
Contractor hereby expressly waives all Claims not submitted, in complete and
proper form, on or before the date of issuance of the final estimate.

Upon receipt of the Contractors formal Claim including all arguments, justifications,
costs or estimates, schedule analyses, and documentation supporting the
Contractors position as previously stipulated, the City or its designate will review the
Claim and render a final determination. If the Contractors Claims at project
completion total less than $375,000, then claims resolution shall proceed in the
manner prescribed by Article 1.5, Chapter 1, Part 3 of Division 2 of the California
Public Contract Code.

Claims shall be calculated in the same manner as extra work using the procedures
set forth in Section 9-1.03 Force Account Payment. This method applies in all
cases of Claims, regardless of type, whether in negotiation, arbitration, litigation, and
even applies in the event of fault, negligence, strict liability, or tort claims of all kinds,
including strict liability or negligence. No other costs arising out of or connected to
with the performance of Claims, of any nature, may be recovered by the Contractor.
Except where provided by law, or elsewhere in these Contract Documents (if
applicable), the City shall not be liable for special or consequential damages, and
Claims shall not include special or consequential damages. Contractor shall be
limited in its recovery on Claims to the calculations set forth in Section 9-1.03 of
these provisions.

E. Claim Format. The Contractor shall submit the Claim justification in the following
format:

1. Cover letter and certification of the accuracy of the contents of the Claim;

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-121
2. Summary of Claim including underlying facts, entitlement, quantum
calculations and Contract Document provisions supporting relief;

3. List of documents relating to Claim including plans, specifications,


clarifications/requests for information, schedules and others;

4. Chronology of events and correspondence;

5. Analysis of Claim merit;

6. Analysis of Claim costs;

7. Attached supporting documents referenced in Item 3.) above.

F. Exclusive Remedy. The Contractors performance of its duties and obligations


specified in these provisions and submission of a Claim as provided in these
provisions is the Contractors sole and exclusive remedy for the payment of money,
extension of time, adjustment or interpretation of Contract Documents terms or other
contractual or tort relief arising from the Contract Documents. This exclusive
remedy and the limitation of liability (expressed herein and elsewhere throughout the
Contract Documents) apply notwithstanding the completion, termination,
suspension, cancellation, breach or rescission of the Work or the Contract
Documents, negligence or strict liability by the City of Vallejo, its representatives,
consultants or agents, or the transfer of the Work or the Project to the City for any
reason whatsoever. The Contractor waives all claims of waiver, estoppel, release,
bar, or any other type of excuse for non-compliance with the Claim submission
requirements. Compliance with the notice and Claim submission procedures
described in these provisions is a condition precedent to the right to commence
litigation, file a Government Code Claim, or commence any other legal action. No
Claim or issues not raised in a timely protest and timely Claim submitted under
these provisions may be asserted in any Government Code Claim, subsequent
litigation, or legal action. The City of Vallejo shall not have deemed to waive any
provision under this Section, if at the Citys sole discretion, a Claim is accepted in a
manner not in accord with this Section.

G. Mediation. All Claims not subject to the Claim resolution procedures set forth in
these provisions shall, as a condition precedent to litigation thereon, first be
mediated. Mediation shall be non-binding and utilize the services of a mediator
mutually acceptable to the parties, and, if the parties cannot agree, a mediator
selected by the American Arbitrator Association from its panel of approved
mediators trained in construction industry mediation. All statutes of limitation shall
be tolled from the date of the demand for mediation until a date two weeks following
the mediations conclusion. All unresolved claims shall be submitted to the same
mediator. The cost of mediation shall be equally shared.

9-1.075 FALSE CLAIMS

California Penal Code section 72, provides that any person who presents for payment with

B-122
intent to defraud any district board or officer, any false or fraudulent claim, bill, account,
voucher, or writing, is punishable by fines not exceeding ten thousand dollars ($10,000.00)
and/or imprisonment in the state prison.

Government Code sections 12650, et seq., pertains to civil penalties that may be recovered
from persons (including corporations, etc.) for presenting a false claim for payment or
approval, presents a false record or statement to get a false claim paid or approved, or
other acts, to any officer or employee of any political subdivision of the State of California.
Any person or corporation violating the provisions of Government Code sections 12650, et
seq., shall be liable for three times the amount of the damages of the political subdivision,
plus a civil penalty, plus costs.

All Claims by Contractor, shall include the following certification, properly completed and
executed by Contractor or an officer of Contractor:

I, __________________, BEING THE _________________ (MUST BE AN OFFICER) OF


_____________________ (CONTRACTOR), DECLARE UNDER PENALTY OF PERJURY
UNDER THE LAWS OF THE STATE OF CALIFORNIA, AND DO PERSONALLY CERTIFY
AND ATTEST THAT: I HAVE THOROUGHLY REVIEWED THE ATTACHED CLAIM FOR
ADDITIONAL COMPENSATION AND/OR EXTENSION OF TIME, AND KNOW ITS
CONTENTS, AND SAID CLAIM IS TRUTHFUL AND ACCURATE; THAT THE AMOUNT
REQUESTED ACCURATELY REFLECTS THE CONTRACT ADJUSTMENT FOR WHICH
THE OWNER IS LIABLE; AND, FURTHER, THAT I AM FAMILIAR WITH CALIFORNIA
PENAL CODE SECTION 72 AND CALIFORNIA GOVERNMENT CODE SECTION 12650,
ET SEQ, PERTAINING TO FALSE CLAIMS, AND FURTHER KNOW AND UNDERSTAND
THAT SUBMISSION OR CERTIFICATION OF A FALSE CLAIM MAY LEAD TO FINES,
IMPRISONMENT AND/OR OTHER SEVERE LEGAL CONSEQUENCES.

Contractor agrees that submission of a Claim, in strict conformance with all of the
requirements of this Contract, and rejection of all or part of said Claim by City of Vallejo, is
a condition precedent to any action by Contractor against City of Vallejo, including but not
limited to, the submission of a claim pursuant to Government Code section 900, et seq.,
and the filing of a lawsuit.

Any claim for overhead type expenses or costs, in addition to being certified as stated
above, shall be supported by an audit report of an independent Certified Public Accountant
provided by Contractor with the claim.

Contractor agrees that any costs or expenses incurred by the City of Vallejo in reviewing or
auditing any claims that are not supported by the Contractor's cost accounting or other
records, or the Contract, shall be deemed to be damages incurred by the City of Vallejo
within the meaning of the California False Claims Act.

Upon final determination of the claims, the Engineer will then make and issue the
Engineer's final estimate in writing and within 30 days thereafter the City of Vallejo will pay
the entire sum, if any, found due thereon. That final estimate shall be conclusive and
binding against Contractor on all questions relating to the amount of work done and the

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-123
compensation payable therefor.

9-1.08 (BLANK)

9-1.09 CLERICAL ERRORS

Notwithstanding the provisions in Section 9-1.07, "Payment After Acceptance," for a period
of 3 years after acceptance of the work, all estimates and payments made pursuant to
Section 9-1.07, including the final estimate and payment, shall be subject to correction and
adjustment for clerical errors in the calculations involved in the determination of quantities
and payments. The Contractor and the City of Vallejo agree to pay to the other any sum
due under the provisions of this Section 9-1.09, provided, however, if the total sum to be
paid is less than $200, no payment shall be made.

9-1.10 (BLANK)

9-1.11 CONTRACTOR NOT AN AGENT OF THE CITY OF VALLEJO

The right of general supervision shall not make the Contractor an agent of the City of
Vallejo, and the liability of the Contractor for all damages to persons or to public or private
property arising from the performance of the work shall not be lessened because of such
general supervision.

9-1.12 THIRD-PARTY CLAIMS

The Contractor shall be responsible for all third-party claims, and for costs or injuries
incurred by a third party which result from the operations of the Contractor, or its
performance under the Contract.

9-1.13 GUARANTEE

Should any failure of the work occur within a period of one year after recordation of the
notice of completion of the project or portions thereof, which can be attributed to faulty
materials, poor workmanship, or defective equipment, the Contractor shall promptly make
the needed repairs at Contractor's expense.

The City of Vallejo is hereby authorized to make such repairs if the Contractor fails to make
or undertake with due diligence the aforesaid repairs within ten (10) days after Contractor is
given written notice of such failure and without notice to the surety provided, however, that
in case of emergency where, in the opinion of the City of Vallejo, delay would cause serious
loss or damages, or a serious hazard to the public, the repairs may be made or lights,
signs, and barricades erected, without prior notice to the Contractor or surety, and the
Contractor shall pay the entire costs thereof.

9-1.14 MISCELLANEOUS PROVISIONS

This Contract shall bind and inure to the heirs, devisees, assignees, and successors in
interest of Contractor, and to the successors in interest of City of Vallejo, in the same

B-124
manner as if such parties had been expressly named herein.

This Contract shall be governed by the laws of the State of California.

If any one or more of the provisions contained in the Contract should be invalid, illegal, or
unenforceable in any respect, the validity, legality, and enforceability of the remaining
provisions contained herein shall not in any way be affected or impaired thereby.

This Contract constitutes the full and complete understanding of the parties, and
supersedes any previous agreements or understandings, oral or written, with respect to the
subject matter hereof. The Contract may only be modified by a written instrument signed
by both parties.

Contractor hereby assigns to City of Vallejo all its first-tier subcontracts now or hereafter
entered into by Contractor for performance of any part of the work. The assignment will be
effective upon acceptance by City of Vallejo in writing, and only as to those subcontracts
which City of Vallejo designates in writing. Such assignment is part of the consideration to
City of Vallejo for entering into the Contract with Contractor, and may not be withdrawn.

The provisions of the Contract Documents shall be included in all subcontracts.

9-1.15 PUBLIC CONTRACT CODE SECTION 20104, ET SEQ.

Public Contract Code section 20104, et seq., requires that the following language be set
forth in the specifications:

20104. Application of article; provisions included in plans and specifications

(i) (1) This article applies to all public works claims of three hundred seventy-five
thousand dollars ($375,000) or less which arise between a contractor and a
local agency.

(2) This article shall not apply to any claims resulting from a contract between a
contractor and a public agency when the public agency has elected to
resolve any disputes pursuant to Article 7.1 (commencing with Section
10240) of Chapter 1 of Part 2.

(ii) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the
Civil Code, except that "public work" does not include any work or
improvement contracted for by the state or the Regents of the University of
California.

(2) "Claim" means a separate demand by the contractor for (A) a time extension,
(B) payment of money or damages arising from work done by, or on behalf
of, the contractor pursuant to the contract for a public work and payment of
which is not otherwise expressly provided for or the claimant is not otherwise
entitled to, or (c) an amount the payment of which is disputed by the local

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-125
agency.

(iii) The provisions of this article or a summary thereof shall be set forth in the plans or
specification for any work which may give rise to a claim under this article.

(iv) This article applies only to contracts entered into on or after January 1, 1991.

20104.2. Claims; requirements; tort claims excluded

For any claim subject to this article, the following requirements apply:

(v) 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.

(vi) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall
respond in writing to any written claim within 45 days of receipt of the claim,
or may request, in writing, within 30 days of receipt of the claim, any
additional documentation supporting the claim or relating to defenses to the
claim the local agency may have against the claimant.

(2) If additional information is thereafter required, it shall be requested and


provided pursuant to this subdivision, upon mutual agreement of the local
agency and the claimant.

(3) The local agency's written response to the claim, as further documented,
shall be submitted to the claimant within 15 days after receipt of the further
documentation or within a period of time no greater than that taken by the
claimant in producing the additional information, whichever is greater.

(vii) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to
three hundred seventy-five thousand dollars ($375,000), the local agency
shall respond in writing to all written claims within 60 days of receipt of the
claim, or may request, in writing, within 30 days of receipt of the claim, any
additional documentation supporting the claim or relating to defenses to the
claim the local agency may have against the claimant.

(2) If additional information is thereafter required, it shall be requested and


provided pursuant to this subdivision, upon mutual agreement of the local
agency and the claimant.

(3) The local agency's written response to the claim, as further documented,
shall be submitted to the claimant within 30 days after receipt of the further
documentation, or within a period of time no greater than that taken by the
claimant in producing the additional information or requested documentation,
whichever is greater.

B-126
(viii) If the claimant disputes the local agency's written response, or the local agency fails
to respond within the time prescribed, the claimant may so notify the local agency, in
writing, either within 15 days of receipt of the local agency's response or within 15
days of the local agency's failure to respond within the time prescribed, respectively,
and demand an informal conference to meet and confer for settlement of the issues
in dispute. Upon a demand, the local agency shall schedule a meet and confer
conference within 30 days for settlement of the dispute.

(ix) Following the meet and confer conference, if the claim or any portion remains in
dispute, the claimant may file a claim as provided in Chapter 1 (commencing with
Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6
of Title 1 of the Government Code. For purposes of those provisions, the running of
the period of time within which a claim must be filed shall be tolled from the time the
claimant submits his or her written claim pursuant to subdivision (a) until the time
that claim is denied as a result of the meet and confer process, including any period
of time utilized by the meet and confer process.

(x) This article does not apply to tort claims and nothing in this article is intended nor
shall be construed to change the time periods for filing tort claims or actions
specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing
with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code.

20104.4. Civil action procedures; mediation and arbitration; trial de novo; witnesses

The following procedures are established for all civil actions filed to resolve claims subject
to this article:

(i) Within 60 days, but no earlier than 30 days, following the filing or responsive
pleadings, the court shall submit the matter to nonbinding mediation unless waived
by mutual stipulation of both parties. The mediation process shall provide for the
selection within 15 days by both parties of a disinterested third person as mediator,
shall be commenced within 30 days of the submittal, and shall be concluded within
15 days from the commencement of the mediation unless a time requirement is
extended upon a good cause showing to the court or by stipulation of both parties.
If the parties fail to select a mediator within the 15-day period, any party may petition
the court to appoint the mediator.

(ii) (1) If the matter remains in dispute, the case shall be submitted to judicial
arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of
Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section
1141.11 of that code. The Civil Discovery Act of 1986 (Article 3
(commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code
of Civil Procedure) shall apply to any proceeding brought under this
subdivision consistent with the rules pertaining to judicial arbitration.

(2) Notwithstanding any other provision of law, upon stipulation of the parties,
arbitrators appointed for purposes of this article shall be experienced in

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_B_GP.docx

B-127
construction law, and, upon stipulation of the parties, mediators and
arbitrators shall be paid necessary and reasonable hourly rates of pay not to
exceed their customary rate, and such fees and expenses shall be paid
equally by the parties, except in the case of arbitration where the arbitrator,
for good cause, determines a different division. In no event shall these fees
or expenses be paid by state or county funds.

(3) In addition to Chapter 2.5 (commencing with Section 1141.10) 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.

(4) The court may, upon request by any party, order any witnesses to participate
in the mediation or arbitration process.

20104.6. Payment on undisputed portion of claim; interest on arbitration awards or


judgments

(a) No local agency shall fail to pay money as to any portion of a claim which is
undisputed except as otherwise provided in the contract.

In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate
on any arbitration award or judgment. The interest shall begin to accrue on the date the
suit is filed in a court of law.

B-128
SECTION C -WAGE AND EQUIPMENT RATES

1. Prevailing Wage Rates

In accordance with the provisions of Section 1770 of the Labor Code of the State of
California, the Director of the Department of Industrial Relations has determined the
general prevailing rate of per diem wages applicable to the work to be done, and a
current copy of said prevailing wages is on file with the City Clerk. Should the
minimum Federal Wage Rate be higher than the rate determined by the Director of
the Department of Industrial Relations, then the Federal Wage Rate Determination
shall govern.

The successful bidder will be required to post a copy of these general prevailing
rates of per diem wages in a conspicuous place at the job site forthwith upon
undertaking the public work called for herein.

In addition, the City Charter of the City of Vallejo requires that the Contractor and all
his/her Subcontractors shall pay their employees on said work a salary or wage at
least equal to the prevailing salary or wage for work of similar character in the
locality in which the public work is performed. The Contractor shall, as a penalty,
forfeit to the City FIFTY DOLLARS ($50.00) for each calendar day or portion thereof,
for each employee paid less than the prevailing salary or wage for any public work
done under the contract by him/her or any subcontractor under him/her.

The State Labor Code states that for violations of public works laws relating to
payment of prevailing wages, the City of Vallejo will be required to withhold from any
progress payments owed to a contractor any amounts that have been forfeited as
penalties, or as wages owed to employees, who have not been paid the prevailing
wage for work performed. Effective 1/1/93, the City is required to directly transfer all
withheld wages and penalties to the Labor Commissioner for disbursement in those
cases where a contractor fails to bring a lawsuit for amounts withheld within 90 days
after the completion of the public works contract and formal acceptance of the job by
the City.

Also, the Labor Commissioner is permitted to intervene in any lawsuit brought by the
contractor against an awarding body for recovery of amounts withheld. In the event
that the contract does not prevail in the lawsuit to recover the amounts withheld, the
wages and penalties will then be forwarded to the Labor Commissioner for
disbursement in the manner previously described.

2. Payroll Record

In accordance with the provisions of Section 1776 of the Labor Code of the State of
California, the Contractor shall keep an accurate payroll record, showing the name,
address, social security number, work classification, straight time and overtime
hours worked each day and week, and the actual per diem wages paid to each
journeyman, apprentice, worker or other employee employed by the Contractor in
H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_C_Wages.docx

C-1
connection with this project. This payroll record shall be certified and available for
inspection at all reasonable hours at the principal office of the successful bidder and
a certified copy shall be furnished within ten (10) days after receipt of a written
request by the following parties:

A. An employee or his/her authorized representative

B. City's representative

C. Representative of Labor Standard Enforcement and Division of


Apprenticeship Standard of Department of Industrial Relations.

Any copy of the payroll record made available for inspection and furnished to the
public through the above entities shall not disclose names, addresses or social
security numbers of individual employees except the name and address of the
Contractor.

In the event of non-compliance with the requirement of this subdivision, the


Contractor shall have ten (10) days in which to comply subsequent to receipt of
written notices from the State or City. If the non-compliance is still evident after the
ten-day period, the Contractor shall, as a penalty, forfeit to the City TWENTY-FIVE
DOLLARS ($25.00) for each calendar day, for each employee, until strict
compliance is effectuated.

3. Equipment Rental Rates

Equipment rental will be paid for as provided under Section 9-1.03A of the State
Standard Specifications at the rates listed in the EQUIPMENT RENTAL RATES
TABLE of the State of California, Department of Public Works, Division of Highways,
latest issue, for use in their Special Provisions, a copy of which Table of Rates is
filed in the City Engineer's Office.

C-2
STATE OF CALIFORNIA - DEPARTMENT OF INDUSTRIAL RELATIONS
DIVISION OF APPRENTICESHIP STANDARDS

TO: California Department of Industrial Relations


Division of Apprenticeship Standards
P.O. Box 603
San Francisco, CA 94101

FROM: City of Vallejo


Public Works Water Division
202 Fleming Hill Road
Vallejo, CA 94589

833690000

A contract to perform public works under Labor Code 1777.5 has been awarded to:

Name of General Contractor: Contractor's License Number:

Mailing Address: City:

Zip code: Telephone Number:


( )

Address or Location of Work Site (include City and/or County):

Contract or Project Number: Dollar Amount of Contract Award:

Starting Date (Estimated or Actual) Completion Date (Estimated or Actual) Number of Working Days:
Month Day Year Month Day Year
/ / / /

Type of Construction (Highway, school, hospital, etc): G NEW CONSTRUCTION G ALTERATIONS

Classification or Type of Workman (Carpenter, Plumber, etc.):

Is language included in the Contract Award to effectuate the provisions of Section 1777.5
as required by the Labor Code? G YES G NO

Is Language included in the Contract Award to effectuate the provisions of Section 1776
as required by the Labor Code? G YES G NO

Signature: Title: Date:

Printed or Typed Name: Telephone Number:


( )

Duplication of this form is permissible DAS 13 (RV. 7/85)

H:\0Water\7074 - Finished Water Pump Station (Gas House)\Phase 1\SPECS WT7074 Phase 1 Section_C_Wages.docx

C-3
STATE OF CALIFORNIA
Edmund G. Brown, Jr., Governor

DEPARTMENT OF INDUSTRIAL RELATIONS


Lloyd Aubry, Director
CALIFORNIA DIVISION OF APPRENTICESHIP STANDARDS
Robert Stranberg, Chief Deputy Director
P.O. Box 420603
San Francisco, CA 94142
Telephone (415) 703-4251

DISTRICT OFFICES ADDRESS TELEPHONE

Fresno 93721 2550 Mariposa Street, Room 3080 (209) 445-5431

Los Angeles 90012 107 South Broadway, Room 5034 (213) 897-1385

Oakland 94621 7700 Edgewater Drive, Suite 327 (510) 729-5170

Sacramento 95825 2424 Arden Way, Suite 160 (916) 920-6111

San Jose 95113 100 Paseo De San Antonio, Room 125 (408) 277-1273

Santa Ana 92701 28 Civic Center Plaza, Room 525 (714) 558-4126

C-4
SECTION D - TECHNICAL SPECIFICATIONS

CITY OF VALLEJO

FINISHED WATER PUMP STATION


ELECTRIFICATION PROJECT, PHASE 1
PROJECT NO. WT 7074

SEALS PAGE

The Contract Documents contained herein have been prepared by our under the responsible
charge of the following registered persons:

David W. Jones, PE
West Yost Associates
No. 26254 Expires 03/31/18
12/21/16

Ty Tadano, PE
West Yost Associates
No. 66147 Expires 06/30/18
12/21/16

Sharon Kimizuka , PE
West Yost Associates
No. 15698 Expires 06/30/18
12/21/16
(THIS PAGE LEFT BLANK INTENTIONALLY)
CITY OF VALLEJO

FINISHED WATER PUMP STATION


ELECTRIFICATION, PHASE 1
PROJECT NO. WT 7074

TABLE OF CONTENTS

SECTION D: TECHNICAL SPECIFICATIONS


Division 1 General Requirements
01 00 25 Measurement and Payment
01 11 00 Summary of Work
01 11 20 Site Conditions
01 14 00 Work Sequence and Constraints
01 31 19 Project Meetings
01 32 00 Construction Schedule
01 33 00 Submittals
01 34 00 Requests for Information and Clarifications
01 35 24 Project Safety Requirements
01 50 00 Construction Facilities and Utilities
01 57 19 Environmental Controls
01 61 00 Materials and Equipment
01 71 13 Mobilization and Demobilization
01 75 17 Equipment and System Testing
01 77 00 Contract Closeout Procedures
01 78 39 Record Drawings
01 89 00 Restoration of Improvements

Division 2 Site Construction


02 20 00 Site Preparation
02 30 00 Subsurface Investigations
02 42 00 Demolition and Abandonment
02 42 13 Recyclable Materials

Division 3 Concrete
03 30 00 Cast-in-Place Concrete
03 60 00 Grout

Division 5 Metals
05 50 00 Miscellaneous Metal

Division 9 Finished
09 96 00 Coating Systems

Division 26 Electrical
26 05 00 Common Work for Electrical
26 05 73 Electrical System Analysis

West Yost December 2016 TOC-i Finished Water Pump Station


174-14-16-02 Electrification, Phase 1
Project No. WT 7074
Division 31 Earthwork
31 00 00 Earthwork
31 01 10.58 Disinfection of Potable Water Lines
31 23 16.13 Trenching
31 23 23.33 Controlled Low Strength Material
31 50 00 Excavation Support and Protection

Division 40 Process Integration


40 50 51 General Requirements for Valves
40 05 57.23 Electric Motor Valve Actuators (Information Only)
40 05 64 Butterfly Valves (Information Only)
40 05 65 V-Port Ball Valves (Information Only)
40 23 00 Piping Systems
40 81 00 Testing Pressure Piping

West Yost December 2016 TOC-ii Finished Water Pump Station


174-14-16-02 Electrification, Phase 1
Project No. WT 7074
SECTION 01 00 25

MEASUREMENT AND PAYMENT

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Methods of measurement and payment for specific items of Work under this
Contract. Refer also to General Provisions for administrative aspects of payments
by the Owner to the Contractor.

1.02 REQUIREMENT
A. Payment for the various items of the Bid Schedule as further specified herein,
shall include all compensation to be received by the Contractor for furnishing all
tools, equipment, supplies, and manufactured articles, and for all labor,
operations, and incidentals appurtenant to the items of work being described, as
necessary to complete the various items of the Work all in accordance with the
requirements of the Contract Documents, including all appurtenances thereto, and
including all costs of permits and cost of compliance with the regulations of
public agencies having jurisdiction, including Safety and Health Requirements of
the California Division of Industrial Safety and the Occupational Safety and
Health Administration of the U.S. Department of Labor (OSHA). No separate
payment will be made for any item that is not specifically set forth in the Bid
Schedule, and all costs therefore shall be included in the prices named in the Bid
Schedule for the various appurtenant items of work.

1.03 LUMP SUM WORK


A. Contractors cost for Lump Sum Work shall cover all Work indicated by the
Contract Documents. Lump Sum Work will be paid for on a progress payment
basis in accordance with the provisions of the General Provisions.

1.04 BID ITEM NO. 1 MOBILIZATION/DEMOBILIZATION (INCLUDING EROSION


WEST YOST GUIDE SPECIFICATION

CONTROL)
A. No measurement shall be made for this item.
B. The Contractor's attention is directed to the condition that no payment for
mobilization or any part thereof will be approved for payment under the Contract
until all following mobilization items listed have been completed as specified:
1. Moving on to the site all of Contractor's equipment required for first
month operations.
2. Establishing fire protection system.
3. Arranging for and erection of Contractor's work and storage yard.
4. Having all OSHA required notices and establishment of safety programs.

West Yost December 2016 01 00 25 - 1 Finished Water Pump Station


174-14-16-02 Measurement and Payment Electrification, Phase 1
Project No. WT 7074
5. Performing all required potholing.
6. Having the Contractor's superintendent at the jobsite full time.
7. Submitting initial submittals.
8. Submitting erosion control plan.
9. Construction staking.
10. Moving off of the site.
11. Leaving site in clean and orderly fashion.
C. Payment for mobilization/demobilization will be made at the lump sum price
named in the Bid Schedule under Item No. 1.

1.05 BID ITEM NO. 2 TRAFFIC CONTROL


A. No measurement shall be made for this item.
B. Payment for Traffic Control will be made at the lump sum price named in the Bid
Schedule(s) under Item No. 2 and shall constitute full compensation for furnishing
all labor, materials, tools, equipment, incidentals, and all the work involved and
necessary for traffic control, construction signing and traffic control maintenance,
complete in place, including preparation of traffic control plans, notices, signs,
barricades, delineators, sign relocations and maintenance, flaggers, and auxiliary
police services to complete this project as specified in these specifications.
C. Contractor must prepare and submit a Traffic Control Plan to the City for review
and approval before beginning construction. See General Provisions, Sections
7-1.08 and 7-1.09 for additional requirements.

1.06 BID ITEM NO. 3 - SHEETING, SHORING, AND BRACING


A. No measurement shall be made for this item.
B. Payment for Sheeting, Shoring, and Bracing will be made at the lump sum price
named in the Bid Schedule(s) under Item No. 3 and shall constitute full
compensation for furnishing all labor, materials, tools, equipment, incidentals, and
all the work involved and necessary for worker safety including providing a
detailed plan of worker safety and maintaining safety during construction,

WEST YOST GUIDE SPECIFICATION


including conforming to Labor Code Section 6705, all applicable safety orders
and permits.
C. This item shall be paid in proportion to the percentage of job completion.

1.07 BID ITEM NO. 4 VERIFICATION OF EXISTING UTILITIES AND FACILITIES


A. No measurement shall be made for this item.
B. Payment for Verification of Existing Utilities and Facilities shall be made at the
lump sum price named in the Bid Schedule under Item No. 4 and shall constitute
full compensation for furnishing all labor, materials, tools, equipment, incidentals,
and all the work involved and necessary for the verification of the location and

West Yost December 2016 01 00 25 - 2 Finished Water Pump Station


174-14-16-02 Measurement and Payment Electrification, Phase 1
Project No. WT 7074
elevation of the existing utilities and facilities, including excavation, surveying,
backfill, compaction, and preparation of field investigation report, all in
accordance with the requirements of the Contract Documents.

1.08 BID ITEM NO. 5 VALVE A VAULT


A. No measurement shall be made for this item.
B. Payment for Valve A Vault will be made at the lump sum price named in the Bid
Schedule under Item No. 5 and shall constitute full compensation for furnishing
and installing the valve vault for Valve A including: clearing and grubbing;
excavation; demolition of existing 30-inch pipe, 24-inch pipe, meter and vault,
and abandoned water lines (as necessary); tie in to existing pipe, approx. 20 linear
feet of 24-inch pipe and related fittings, (1) 30-inch butt strap, (3) 24-inch butt
straps, welding; installation and testing of Valve A; notification of shutdowns;
cast-in-place concrete vault, access hatch; backfill, compaction; and associated
work, all in accordance with the requirements of the Contract Documents.

1.09 BID ITEM NO. 6 VALVE B VAULT


A. No measurement shall be made for this item.
B. Payment for Valve B Vault will be made at the lump sum price, named in the Bid
Schedule under Item No. 6 and shall constitute full compensation for furnishing
and installing the valve vault for Valve B including: clearing and grubbing;
excavation; demolition of existing 24-inch pipe; tie in to existing pipe, butt straps,
welding; installation and testing of Valve B; notification of shutdowns; cast in
place concrete vault, access hatch; backfill, compaction; and associated work, all
in accordance with the requirements of the Contract Documents.

1.10 BID ITEM NO. 7 VALVE C & D INSTALLATIONS


A. No measurement shall be made for this item.
B. Payment for Valve C & D Installation will be made at the lump sum price named
in the Bid Schedule under Item No. 7 and shall constitute full compensation for
installing Valves C & D including: clearing and grubbing; excavation; demolition
of existing 42-inch pipe and abandoned 12-inch pipe and any thrust restraints; tie-
WEST YOST GUIDE SPECIFICATION

in to existing 42-inch pipe, butt strap, welding, coupling, furnishing and


installation of 42-inch and 30-inch piping and related fittings; installation and
testing of Valves C and D; position indicators for buried valves; notification of
shutdowns; backfill, compaction; and associated work, all in accordance with the
requirements of the Contract Documents.

1.11 BID ITEM NO. 8 VALVE F-BFV & F-VPORT VAULT


A. No measurement shall be made for this item.
B. Payment for Valve F-BFV & F-Vport Vault will be made at the lump sum price
named in the Bid Schedule under Item No. 8 and shall constitute full
compensation for furnishing and installing the valve vault for Valve F including:
clearing and grubbing; excavation; demolition of existing 24-inch pipe; tie in to

West Yost December 2016 01 00 25 - 3 Finished Water Pump Station


174-14-16-02 Measurement and Payment Electrification, Phase 1
Project No. WT 7074
existing pipe, 24-inch pipe and related fittings, (2) 24-inch butt straps, welding;
installation and testing of Valves F-BFV and F-Vport; notification of shutdowns;
cast-in-place concrete vault, access hatch; backfill, compaction; and associated
work, all in accordance with the requirements of the Contract Documents.

1.12 BID ITEM NO. 9 DISCHARGE HEADER CONNECTION (FUTURE VALVE E)


A. No measurement shall be made for this item.
B. Payment for tie-ins to existing pipe will be made at the lump sum price named in
the Bid Schedule under Item No. 9 and shall constitute full compensation for
installing yard piping for future Valve E including: clearing and grubbing;
excavation; demolition of existing 24-inch pipe; tie-in to existing 24-inch pipe,
butt strap, welding; furnishing and installation of 24-inch piping and related
fittings, (2) 24-inch blind flanges, (2) sample taps; notification of shutdowns;
backfill, compaction; and associated work, all in accordance with the
requirements of the Contract Documents.

1.13 BID ITEM NO. 10 PRESSURE TESTING AND DISINFECTION OF PIPE


A. No measurement shall be made for this item.
B. Payment for Pressure Testing and Disinfection of pipelines will be made at the
lump sum price named in the Bid Schedule under Item No. 10 and shall constitute
full compensation for testing and disinfecting pipelines including: preparation of a
testing plan, submittal of pipe test records, pumps, hoses, gauges; non-destructive
testing; preparation of a disinfection plan, retaining a testing laboratory,
disinfectant, as well as all labor, tools, equipment and incidentals necessary for
performing all work involved, complete in place, as described in these contract
documents, and as directed by the Engineer, all in accordance with the
requirements of the Contract Documents.

1.14 BID ITEM NO. 11 INSTALLATION OF MANUAL TRANSFER SWITCH AND


GENERATOR POINT OF CONNECTION
A. No measurement shall be made for this item.
B. Payment for Installation of manual transfer switch and generator point of

WEST YOST GUIDE SPECIFICATION


connection will be made at the lump sum price named in the Bid Schedule under
Item No. 11 and shall constitute full compensation for all work involved in
providing the electrical equipment on the project including but not limited to:
preparation of submittals, furnishing and installation of manual transfer switch,
control panels, wire, conduit, devices, grounding system, as well as all labor,
tools, equipment and incidentals and for performing all work involved, complete
in place, all in accordance with the Contract Documents.

1.15 BID ITEM NO. 12 ELECTRICAL SYSTEM ANALYSIS


A. No measurement shall be made for this item.
B. Payment for Electrical System Analysis will be made at the lump sum price
named in the Bid Schedule under Item No. 11 and shall constitute full

West Yost December 2016 01 00 25 - 4 Finished Water Pump Station


174-14-16-02 Measurement and Payment Electrification, Phase 1
Project No. WT 7074
compensation for all work related to Electrical System Analysis, all in accordance
with the Contract Documents.

1.16 SCHEDULE OF VALUES


A. Format: Identify each line item in the Schedule of Values with number and title of
the major Specification sections. Submit typed schedule on 8 x 11-inch paper;
Contractor's standard form or media-driven printout will be considered on request.
B. At the pre-construction meeting, submit a preliminary Schedule of Values to the
Owners Representative for review. The Contractor shall incorporate any review
comments from the Owners Representative, and submit a final Schedule of
Values at least 21 days prior to submitting the first Application for Payment.
C. The Schedule of Values shall assign a fair, reasonable and equitable dollar value
for each activity on the Contractor's construction schedule. The Schedule of
Values shall include anticipated progress payments for each item in the bid
schedule through the final payment. In addition, a detailed breakdown of lump
sum prices shall be included in the Schedule of Values.
D. The Schedule of Values shall specifically indicate installed cost for materials and
equipment for each bid and sub-bid item.
E. Each activity's assigned value shall consist of labor, equipment and materials cost
and a prorata contribution to overhead and profit. Breakdown shall be so
organized as to facilitate assessment of work and payment of subcontractors.
F. The sum of the assigned values shall equal the lump sum price of the activity.
G. If, in the opinion of the Owners Representative or Owner, the Schedule of Values
is not balanced, the Contractor shall provide documentation substantiating the
cost allocations of those activities believed to be unbalanced. Cost allocation will
be considered unbalanced if an activity on the construction schedule has been
assigned a disproportionate allocation of labor, direct, or overhead and profit costs
which result in progress payment request(s) which would create a condition where
insufficient funds are available to complete the unfinished work. Upon request by
Owner, support values shall be given with data that will substantiate their
accuracy. Upon Owner's request, the Contractor shall submit additional detailed
WEST YOST GUIDE SPECIFICATION

cost information.
H. Upon acceptance of the Schedule of Values, it shall be used as a basis for
processing all progress payment requests.

1.17 PROGRESS PAYMENT REQUESTS


A. Submit Progress Payment Requests during the course of the project in
conformance with the General Provisions.

West Yost December 2016 01 00 25 - 5 Finished Water Pump Station


174-14-16-02 Measurement and Payment Electrification, Phase 1
Project No. WT 7074
PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 00 25 - 6 Finished Water Pump Station


174-14-16-02 Measurement and Payment Electrification, Phase 1
Project No. WT 7074
SECTION 01 11 00

SUMMARY OF WORK

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. General description of the Project and the Work to be performed by the Contractor.

1.02 WORK COVERED BY CONTRACT


A. The project location is indicated on the Drawings.
B. The Work to be performed by the Contractor generally includes:
1. Furnishing all labor, superintendence, materials, power, tools, equipment
and services required by the Contract Documents or required to complete
the Work.
2. Coordinate work of all trades.
3. Furnishing and installing miscellaneous items incidental to or necessary
for completion of the Work, whether these items are specifically indicated
in the Contract Documents or not.
C. The Work consists of construction of the following major items:
1. The City operates seven existing natural gas engine-driven pumps located
at the Citys Water Treatment Facility at Fleming Hill to pump into the
Trans-Vallejo (TV) Zone and the Grid Zone. The City plans to remove the
three engine driven pumps serving the Grid Zone and four engine-driven
pumps serving the TV Zone in a future Phase Two project.
2. In preparation of that project install six new valves and associated
improvements outside the Finished Water Pump Station to facilitate the
movement of water from the pump station to the City water distribution
system. Three of those valves shall include remotely operated electric
WEST YOST GUIDE SPECIFICATION

power actuators located in concrete vaults. Valves and actuators will be


installed under this project. Actuator power and control will be installed
under a future project.
3. Modify electrical feed to existing TV pumps 9 and 10 located at the
Fleming Hill Water Treatment Plant. Install a manual transfer switch and
generator plug connection panel for MCC-N3 for a portable generator
supplied by an outside supplier under contract to the City.
4. Work shall proceed in stages to limit downtimes of the Finished Water
Pump Station caused by disruption of the water supply lines from the
water treatment plant to the pump station.

West Yost October 2016 01 11 00 - 1 Finished Water Pump Station


174-14-16-02 Summary of Work Electrification, Phase 1
Project No. WT 7074
D. Owner-Furnished Equipment:
1. Owner will furnish the following products to Contractor for installation:
a. Electric motor valve actuators complete with valves
1) Valve A
2) Valve B
3) 12-inch bypass valve
b. Manually operated valves
1) Valve C
2) Valve D
3) Valve F
2. Work under this Contract includes all provisions necessary to fully
incorporate Owner-furnished products, including piping, fasteners,
supports, conduit and conductors, coatings, protection, storage, testing and
other provisions necessary for a complete and operational installation.

1.03 OTHER CONTRACTS


A. The Owner may undertake other projects at the plant site simultaneously with the
Work to be completed under this project. Coordination with the contractors
undertaking related work or un-related work within the plant is the responsibility
of the Contractor.

1.04 SPECIFICATION LANGUAGE


A. Specifications may be written in the imperative mood and streamlined form in
accordance with practices and principals of the Construction Specifications
Institute.
B. Imperative language is directed to the Contractor unless specifically noted
otherwise.
C. The words shall be are included by inference where a colon (:) is used within
sentences or phrases.

1.05 REGULATORY REQUIREMENTS

WEST YOST GUIDE SPECIFICATION


A. Comply with all Federal, State, and local laws, regulations, codes, and ordinance
applicable to the work.
B. References in the Contract Documents to local codes shall mean those of the City
of Vallejo.
C. All work shall comply with the City of Vallejo standard specifications and
standard details unless otherwise shown on the Drawings.
D. Other standards and codes that apply to the work are designated in the
Specifications.
E. State of California Standard Specifications, 2010

West Yost October 2016 01 11 00 - 2 Finished Water Pump Station


174-14-16-02 Summary of Work Electrification, Phase 1
Project No. WT 7074
1.06 APPLICABLE CODES
A. Contractor shall comply with all codes applicable to the project including the
2016 California Building Standards Codes consisting of the following:
1. Part 2, known as the 2016 California Building Code (CBC);
2. Part 3, known as the 2016 California Electrical Code (CEC);
3. Part 4, known as the 2013 California Mechanical Code (CMC);
4. Part 5, known as the 2016 California Plumbing Code (CPC);
5. Part 6, known as the 2013 California Energy Code, and Energy Commission
Standards (CECS);
6. Part 11, known as the 2013 California Green Building Standards Code
(CALGreen);
7. Part 12, known as the 2010 California Referenced Standards Code.

1.07 ACCESS BY GOVERNMENT OFFICIALS


A. Authorized representatives of governmental agencies shall at all times have access
to the work area. Provide proper facilities for access and inspection.

1.08 PROTECTION OF PUBLIC AND PRIVATE PROPERTY


A. Pipeline construction will encounter numerous existing features of various types.
Contractor shall protect existing features of this nature and all features affected by
construction operations shall be restored to their original condition.
B. To the greatest extent possible, remove existing features without damaging the
materials and re-use the material to place back in the original condition. When
existing features are damaged during removal, install new materials of similar
type, appearance and function, at no additional cost to the Owner.
C. Contractor shall be responsible for all damage to streets, roads, driveways,
highways, shoulders, ditches, embankments, culverts, bridges, and other public or
private property, regardless of location or character, that may be caused by
transporting equipment, materials, or workers to or from the work or any part or
WEST YOST GUIDE SPECIFICATION

site thereof, whether by Contractor or Contractors subcontractors or suppliers.


D. Keep water control valves free from obstruction and available for use at all times.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

West Yost October 2016 01 11 00 - 3 Finished Water Pump Station


174-14-16-02 Summary of Work Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT BLANK INTENTIONALLY)

WEST YOST GUIDE SPECIFICATION

West Yost October 2016 01 11 00 - 4 Finished Water Pump Station


174-14-16-02 Summary of Work Electrification, Phase 1
Project No. WT 7074
SECTION 01 11 20

SITE CONDITIONS

PART 1 - GENERAL

1.01 RELATIONSHIP WITH EXISTING FACILITIES


A. The City of Vallejo owns and operates water facilities located on the project site.
The Work under this project will interface with these existing facilities.
B. Owner's personnel will be responsible for operating and maintaining the existing
facilities throughout the execution of this Contract.
C. Take particular care to avoid clutter and debris at the site of the work. This
includes work areas and staging areas along the pipeline alignment and the
staging area at the treatment plant.
D. Limit operations, storage of equipment, and materials and parking of employees
to the areas designated on the Drawings.
E. Except for allowable out-of-service periods as specified, the Contractor shall be
responsible for maintaining in operation during construction all sanitary and storm
sewers, service laterals, catch basins, manholes, and related facilities. Provide all
temporary pumps and piping required to keep facilities in operation throughout
the construction period. No existing sanitary or storm sewer shall be taken out of
service without the written permission of the Engineer.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section
1. Section 02 30 00 Subsurface Investigation

1.03 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE


A. Notify owners of existing utilities prior to the performance of work in the vicinity
of their facilities. Provide notification at least two business days in advance of
WEST YOST GUIDE SPECIFICATION

excavation, the date and location of the excavation to be undertaken.


B. Do not begin excavation until receiving a written notification from operators of
underground facilities and utility operators that they have:
1. Marked the locatable underground utilities; or
2. Provided a description of underground utilities in the area of the proposed
excavation that cannot be located; or
3. Provided notification that no utilities exist within the area of the proposed
excavation.
C. Once underground utilities have been marked, maintain marks during the course
of the work.

West Yost December 2016 01 11 20 - 1 Finished Water Pump Station


174-14-16-02 Site Conditions Electrification, Phase 1
Project No. WT 7074
D. Where the Contractor's operations could cause damage or inconvenience to
existing telephone, power, oil, gas, water, sewer, or irrigation systems, make
arrangements necessary for the protection and sustained operation of these
utilities and services. If temporary disruption is necessary to complete the work,
make arrangements with the owner of the utility prior to service cutoff and also
notify the Engineer.
E. The Contractor is solely and directly responsible to the Owners of utilities,
property, fences, and other existing appurtenances for any damage, injury,
expense, loss, inconvenience, delay, suits, actions, or claims of any character
brought because of any injuries or damage that may result from the construction
operations under this Contract.
F. Neither the Owner nor its officers or agents shall be responsible to the Contractor
or the Contractors subcontractors for damages as a result of the Contractor's
failure to protect utilities encountered in the work.
G. Replace, at Contractors expense, any and all existing utilities or structures
damaged during construction, unless otherwise provided for in these Contract
Documents.

1.04 EXISTING UTILITIES


A. Existing utilities are shown on the Drawings. The type, location, size and depth of
existing underground utilities shown on the Drawings were obtained from sources
of varying reliability. Efforts have been made to locate and delineate all known
underground facilities; however, the Engineer cannot assume responsibility for the
completeness and/or accuracy of the delineation of underground facilities whether
shown on the Drawings or not, nor for the existence of other buried objects and/or
facilities which may be encountered but are not shown on the Drawings.
B. Connecting to Existing Facilities: Expose all underground facilities that are to be
connected to or that might be affected by the construction of the proposed
improvements for verification of material, condition, location and elevation prior
to ordering pipe.
C. The approximate location of known utilities is shown on the Drawings. Contractor
shall verify the location of existing utilities in advance of construction to avoid

WEST YOST GUIDE SPECIFICATION


project delays. Notify the Engineer of any utilities not shown on the Drawings.
D. The Contractor shall pothole and establish the horizontal and vertical location of
all utilities shown on the Drawings and marked in the field. Utility location shall
be accomplished at least ten working days in advance of the date of construction.
Any discrepancies between the location of a utility found by the potholing
operation than that shown on the Drawings shall be brought to the Engineers
attention immediately. Potholing shall be required at the connection to existing
facilities prior to the shop drawing submittals.
E. Contractor shall protect all underground utilities and other improvements which
may be impaired during construction operations. Contractor shall take all possible
precautions for the protection of unforeseen utility lines to provide for
uninterrupted service and to provide such special protection as may be necessary.

West Yost December 2016 01 11 20 - 2 Finished Water Pump Station


174-14-16-02 Site Conditions Electrification, Phase 1
Project No. WT 7074
F. Refer to Section 02 30 00 for additional subsurface investigation requirements.

1.05 FIELD RELOCATION


A. During the progress of construction, minor relocations of the work may be
necessary. If field conditions are encountered that will prevent construction as
shown, notify the Engineer before continuing with the work. The Engineer may
make minor field revisions as necessary to resolve the field condition without
change in the Contract Price. If the Contractor fails to notify the Engineer when
such field conditions are encountered, and proceeds with the work despite the
interference, it shall be at the Contractors own risk.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Site Conditions shall not be measured.

4.02 PAYMENT
A. Payment for Site Conditions shall be included in the various items of work, and
no additional compensation will be made therefor.

END OF SECTION
WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 11 20 - 3 Finished Water Pump Station


174-14-16-02 Site Conditions Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT BLANK INTENTIONALLY)

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 11 20 - 4 Finished Water Pump Station


174-14-16-02 Site Conditions Electrification, Phase 1
Project No. WT 7074
SECTION 01 14 00

WORK SEQUENCE AND CONSTRAINTS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Schedule requirements, construction constraints, and a Work sequence for
specific elements of the Project.

1.02 GENERAL SEQUENCING REQUIREMENTS


A. The sequencing requirements and construction constraints described are critical
elements of the Work and are presented to underscore the importance of proper
management, planning, scheduling, coordination, and execution of the Work.
B. Sequencing requirements and construction constraints have been defined in this
Section for only certain structures, facilities, and elements of the Work. All work,
whether or not addressed in this Section, shall be governed by applicable
specified requirements. If additional shutdown constraints are necessary to allow
implementation of Contractors construction procedures and schedule, the
Engineer will establish such constraints.
C. Contractors Construction Schedule:
1. Clearly illustrate the proposed sequence of construction.
2. Conform to the sequencing requirements and limitations specified in this
Section where specified.
3. Modify or adapt the suggested sequencing as necessary to complete the
project provided all environmental and service continuity requirements are
met and revised sequencing plan is submitted and approved by Engineer
and City.

1.03 OPERATIONAL CONTINUITY


WEST YOST GUIDE SPECIFICATION

A. The City of Vallejo owns and operates water treatment facilities. The Work under
this project will interface with these existing facilities.
B. The existing water treatment plant and distribution system continuously receives
raw water, and produces and distributes potable water throughout the City. Do not
interrupt functions necessary to maintain operation of these facilities except as
approved by the Engineer through review of the Contractors Facility Outage Plan
and as specified herein.
C. Coordinate the Work to minimize interference and interruption of the normal
operation of the Owners existing facilities through proper planning and by
making temporary connections.

West Yost December 2016 01 14 00 - 1 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
D. Except for allowable out-of-service periods as specified, maintain operation of
sanitary and storm sewers, service laterals, catch basins, manholes, and similar
facilities.
1. Provide temporary pumps, piping, power, bulkheads, plugs, and other
devices that are required to keep such facilities in operation when these
must be temporarily taken out of service in order to conduct the Work.
2. Notify the Engineer in writing 7 days in advance of the time it is necessary
to take utilities out of service.
3. Notify public agencies and utility companies when service to customers
will be temporarily interrupted to perform the Work and coordinate
shutdowns with these agencies.

1.04 ACCESS AND SIGN IN


A. All Contractor staff, subcontractors staff, deliveries services, etc. shall sign in
upon entry to City water facilities and the work site.
B. The existing facility where Contractors work is to be done will be occupied by
the Owner throughout the construction period. Access to the site by the Owners
personnel is required for daily operations, maintenance, and administration.
Additionally, regular traffic into and out of the site is to be expected.
C. Contractor shall provide all necessary access to the Owners personnel as required
to safely and efficiently operate/maintain the facilities. At all times during the
Contract duration, the Contractor is to provide the Owners personnel and
representatives safe and immediate access to all process control equipment.
D. Contractor shall provide for unimpeded access for all delivery vehicles
transporting materials, chemicals and equipment to the facility for the Owners
operations. Contractor shall coordinate the work to avoid interference with
vehicular access to the existing plant site and normal operation of plant equipment
and processes.

1.05 FACILITY OUTAGE PLAN


A. Prepare and submit a detailed Facility Outage Plan when removal of an existing

WEST YOST GUIDE SPECIFICATION


facility from service is necessary to complete the Work.
B. Submit the Facility Outage Plan to the Engineer for review and approval at least
20 days prior to the scheduled outage. Develop the Facility Outage Plan to satisfy
the Work Sequence restrictions and conditions specified in this Section. Do not
proceed with the any Work involving facility outages until the Outage Plan has
been approved by the Engineer.
C. The Facility Outage Plan shall describe, as applicable, a listing of existing
facilities that will be taken out of service, methods for preventing bypassing of
other treatment units, the length of time required to complete the operation, and
the necessary personnel and equipment which will be provided in order to
successfully complete the operation.

West Yost December 2016 01 14 00 - 2 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
D. Coordinate the outage schedule with the overall construction schedule.

1.06 CONNECTIONS TO EXISTING SYSTEM


A. The Contractor is cautioned that water main connections to the existing water
distribution system involves disruptions to existing water facilities. Existing water
facilities must remain in service at all times except as provided herein.
B. Contractor shall coordinate shutdowns with City staff, providing a minimum of
seven (7) days of prior notice. The Contractor shall schedule and coordinate the
necessary shutdown of the existing water facilities with the City staff. The
shutdown shall be held to a minimum and the Contractor shall have all materials
required for the work at the job site prior to requesting the shutdown.
C. As part of the requirements for submittal of progress schedules, Contractor is
required to prepare and submit a written plan detailing the plan of operation, the
materials, methods, schedule, equipment to be used, hours of operation, number
of workers, and type of work to be conducted within the time period allowed for
the disruption to existing water facilities. The plan shall be submitted to the City
staff for approval twenty (20) days prior to planned work. Shutdowns shall not
proceed without the review and approval of the City. No time extensions or
damages will be considered for delays caused by failure of Contractor to plan,
schedule and coordinate the work.
D. The City of Vallejo will monitor all connections to the existing water lines and
during flushing and testing. Contractor shall not operate any existing water
valves. All water valve operation shall be conducted by the City of Vallejo.
Contractor shall make all excavations and furnish, install and maintain such
shoring, bracing, and sheeting, and all materials necessary for the pipeline and
these connections. Prior to disruption of service, provide all materials including
pipe, valves, mechanical couplings, and concrete thrust blocks for a complete
connection to existing pipe, and other related work as required for a complete
installation.
E. Shutdown of the water distribution system shall be limited between Monday and
Thursday during the off peak season between October and April.
WEST YOST GUIDE SPECIFICATION

1.07 SURVEY INFORMATION


A. The Contractor shall use horizontal and vertical controls to lay out the work
whether or not shown on the Plans. The Contractor shall retain the services of a
California licensed surveyor to perform all survey control, staking, layout, and
verification work.
B. The Contractor will be responsible for all lines, guides, and layout of all structures
and equipment including but not limited to modifications to existing structures.
From the information provided, the Contractor shall develop and make such
additional surveys as are needed for construction, such as control lines, slope
stakes, batter boards, stakes for pipe locations and other working points, lines, and
elevations. Contractor shall reestablish reference bench marks and survey control
monuments destroyed by his/her operations at no cost to the City.

West Yost December 2016 01 14 00 - 3 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
C. As an element of its inspection activities, the Engineer may perform periodic
grade checking to help to verify that the Contractor is constructing facilities as
shown on the Contract Plans. Said periodic grade checking shall not substitute for
the Contractors own quality control and grade and location verification program.

1.08 REMOVING EXISTING FACILITIES FROM SERVICE


A. Existing systems or individual equipment items shall be isolated, decommissioned
or de-energized only by the Owners operations personnel. This work will be
done in accordance with the Facility Outage Plan and schedule prepared by the
Contractor.
B. The Contractor shall provide all necessary labor during and subsequent to all
shutdown activities as required. Maintain adequate access to the plant facilities,
utilities, and equipment during construction to allow continued operation and
maintenance by Owners personnel to take place.
C. Prior to any shutdown all materials, fittings, supports, equipment and tools shall
be on the site and all necessary skilled labor scheduled prior to starting any
connection work.
D. If valves or gates need to be opened or closed, or mechanical equipment turned
off or turned on, or similar operations performed to allow construction to proceed,
this is to be performed by the Owners operations staff working in coordination
with Contractor personnel. Valves and gates that may be used to isolate lines and
facilities may not completely seal. Contractor shall allow for leakage in planning
the Work. Contractor shall clean the work areas as required to perform the work.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 WORK COORDINATION


A. Schedule and coordinate the overall Work and construction operations, including
the work of subcontractors and the timely provision of products and supplies.
B. Perform Work in an orderly and logical sequence. Individual specification
Sections may identify specific requirements that are related to Work sequence.

WEST YOST GUIDE SPECIFICATION


These types of constraints are not repeated in this Section but shall be followed by
the Contractor.

3.02 WORK CONSTRAINTS


A. Work Hours
1. Refer to General Provisions 5-1.05B, Hours of Work. No work will be
allowed outside of listed hours except as otherwise approved for the safety
or protection of persons, as otherwise stated in the Contract Documents, or
during disruption of water service when night work will be required.

West Yost December 2016 01 14 00 - 4 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
2. Contractor will not perform of Work on a Sunday or any legal holiday
defined by the City of Vallejo without written consent from the City.
3. Legal holidays are defined in General Provisions 1-1.255, Legal Holidays.
a. When a holiday falls on Sunday, the following Monday is
recognized as the legal holiday. When a holiday falls on a
Saturday, the preceding Friday is recognized as the legal holiday.

3.03 NIGHT WORK


A. Work after dark may be required under work sequence circumstances described
herein. No additional compensation will be paid to the Contractor for night work.
B. Contractor shall provide all lighting required for the proper and expeditious
completion of the work.

3.04 WORK SEQUENCE


A. Construction work shall proceed in accordance with the following stages to limit
downtimes of the Finished Water Pump Station, clearwell pumps, and water
distribution piping. Allow 5 days minimum between stages to allow water
delivery facilities to return and operate at normal water service conditions.
B. The following work sequence is one means of constructing the project, and shall
be followed in general unless another suitable method of completing the work is
developed by the Contractor and approved by the City. This work sequence is
general in nature and does not include all work activities required by this Contract
for completion of the work. The work sequence shall be coordinated with the
requirements of other specification and the drawings in order to complete the
Work in a timely and satisfactory manner.
1. Stage 1: Uncover work area. Complete all excavations and expose existing
pipe in the area of the water main connections. Identify and verify required
materials and equipment. Backfill all excavations after inspection as
required to facilitate ongoing pump station operation and protect City staff
and the clearwell from open or unstable excavations. Order all required
materials and equipment based on observes field conditions. Provide all
WEST YOST GUIDE SPECIFICATION

materials, equipment, temporary pumping equipment, and supplies


approved by City and ready for installation prior to proceeding the Stage 2.
2. Stage 2: Replace TV leaded-tee and actuated valve with 45-degree bypass
and install power actuated valve in vault (Valve A) in following sequence:
a. Construct thrust block on existing 24-inch PW prior to dewatering
PW from water treatment plant.
b. Isolate and dewater 24-inch PW.
c. Cut out and remove leaded-tee, actuated valve, adjacent pipe,
abandoned pipe and valves and appurtenances, and downstream
thrust block.
d. Install and connect 45-degree bypass and power actuated valve.

West Yost December 2016 01 14 00 - 5 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
e. Install support system to resist thrust from new 45-degree bypass.
f. Restore 24-inch PW to full service within 48 hours of water
disruption.
g. Construct concrete valve vault around power actuated valve.
3. Stage 3: Install power actuated valve (Valve B) downstream from existing
TV discharge header and Grid tees, but before TV main in following
sequence:
a. Isolate and dewater 24-inch PW.
b. Cut out and remove pipe section.
c. Install and connect new pipe section and power actuated valve.
d. Restore 24-inch PW to full service within 48 hours of water
disruption.
e. Construct concrete valve vault around power actuated valve.
4. Stage 4: Install tee and two valves (Valve C & D) for proposed future TV
pump header in following sequence:
a. Isolate and dewater 42-inch PW.
b. Cut out and remove pipe section.
c. Install and connect new pipe section and manual valves.
d. Restore 42-inch PW to full service within 4 days of water
disruption.
5. Stage 5: Install pipe section on TV discharge header adjacent to pump
station (future Valve E) in following sequence:
a. Isolate and dewater 24-inch PW.
b. Cut out and remove pipe section.
c. Install and connect new pipe section.
d. Restore 24-inch PW to full service within 4 days of water
disruption.
6. Stage 6: Install manual line valve with power actuated throttling bypass
valve downstream from North TV line, away from embankment slope
(Valve F) in following sequence:

WEST YOST GUIDE SPECIFICATION


a. Isolate and dewater 24-inch PW.
b. Cut out and remove pipe section.
c. Install and connect new pipe section and line valve and power
actuated valve.
d. Restore 24-inch PW to full service within 48 hours of water
disruption.
e. Construct concrete valve vault around line valve and power
actuated valve.

West Yost December 2016 01 14 00 - 6 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Work Sequence and Constraints shall not be measured.

4.02 PAYMENT
A. Payment for Work Sequence and Constraints shall be included in the various
items of work, and no additional compensation will be made therefor.

END OF SECTION
WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 14 00 - 7 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
(PAGE LEFT BLANK INTENTIONALLY)

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 14 00 - 8 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
SECTION 01 14 00

WORK SEQUENCE AND CONSTRAINTS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Schedule requirements, construction constraints, and a Work sequence for
specific elements of the Project.

1.02 GENERAL SEQUENCING REQUIREMENTS


A. The sequencing requirements and construction constraints described are critical
elements of the Work and are presented to underscore the importance of proper
management, planning, scheduling, coordination, and execution of the Work.
B. Sequencing requirements and construction constraints have been defined in this
Section for only certain structures, facilities, and elements of the Work. All work,
whether or not addressed in this Section, shall be governed by applicable
specified requirements. If additional shutdown constraints are necessary to allow
implementation of Contractors construction procedures and schedule, the
Engineer will establish such constraints.
C. Contractors Construction Schedule:
1. Clearly illustrate the proposed sequence of construction.
2. Conform to the sequencing requirements and limitations specified in this
Section where specified.
3. Modify or adapt the suggested sequencing as necessary to complete the
project provided all environmental and service continuity requirements are
met and revised sequencing plan is submitted and approved by Engineer
and City.

1.03 OPERATIONAL CONTINUITY


WEST YOST GUIDE SPECIFICATION

A. The City of Vallejo owns and operates water treatment facilities. The Work under
this project will interface with these existing facilities.
B. The existing water treatment plant and distribution system continuously receives
raw water, and produces and distributes potable water throughout the City. Do not
interrupt functions necessary to maintain operation of these facilities except as
approved by the Engineer through review of the Contractors Facility Outage Plan
and as specified herein.
C. Coordinate the Work to minimize interference and interruption of the normal
operation of the Owners existing facilities through proper planning and by
making temporary connections.

West Yost December 2016 01 14 00 - 1 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
D. Except for allowable out-of-service periods as specified, maintain operation of
sanitary and storm sewers, service laterals, catch basins, manholes, and similar
facilities.
1. Provide temporary pumps, piping, power, bulkheads, plugs, and other
devices that are required to keep such facilities in operation when these
must be temporarily taken out of service in order to conduct the Work.
2. Notify the Engineer in writing 7 days in advance of the time it is necessary
to take utilities out of service.
3. Notify public agencies and utility companies when service to customers
will be temporarily interrupted to perform the Work and coordinate
shutdowns with these agencies.

1.04 ACCESS AND SIGN IN


A. All Contractor staff, subcontractors staff, deliveries services, etc. shall sign in
upon entry to City water facilities and the work site.
B. The existing facility where Contractors work is to be done will be occupied by
the Owner throughout the construction period. Access to the site by the Owners
personnel is required for daily operations, maintenance, and administration.
Additionally, regular traffic into and out of the site is to be expected.
C. Contractor shall provide all necessary access to the Owners personnel as required
to safely and efficiently operate/maintain the facilities. At all times during the
Contract duration, the Contractor is to provide the Owners personnel and
representatives safe and immediate access to all process control equipment.
D. Contractor shall provide for unimpeded access for all delivery vehicles
transporting materials, chemicals and equipment to the facility for the Owners
operations. Contractor shall coordinate the work to avoid interference with
vehicular access to the existing plant site and normal operation of plant equipment
and processes.

1.05 FACILITY OUTAGE PLAN


A. Prepare and submit a detailed Facility Outage Plan when removal of an existing

WEST YOST GUIDE SPECIFICATION


facility from service is necessary to complete the Work.
B. Submit the Facility Outage Plan to the Engineer for review and approval at least
20 days prior to the scheduled outage. Develop the Facility Outage Plan to satisfy
the Work Sequence restrictions and conditions specified in this Section. Do not
proceed with the any Work involving facility outages until the Outage Plan has
been approved by the Engineer.
C. The Facility Outage Plan shall describe, as applicable, a listing of existing
facilities that will be taken out of service, methods for preventing bypassing of
other treatment units, the length of time required to complete the operation, and
the necessary personnel and equipment which will be provided in order to
successfully complete the operation.

West Yost December 2016 01 14 00 - 2 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
D. Coordinate the outage schedule with the overall construction schedule.

1.06 CONNECTIONS TO EXISTING SYSTEM


A. The Contractor is cautioned that water main connections to the existing water
distribution system involves disruptions to existing water facilities. Existing water
facilities must remain in service at all times except as provided herein.
B. Contractor shall coordinate shutdowns with City staff, providing a minimum of
seven (7) days of prior notice. The Contractor shall schedule and coordinate the
necessary shutdown of the existing water facilities with the City staff. The
shutdown shall be held to a minimum and the Contractor shall have all materials
required for the work at the job site prior to requesting the shutdown.
C. As part of the requirements for submittal of progress schedules, Contractor is
required to prepare and submit a written plan detailing the plan of operation, the
materials, methods, schedule, equipment to be used, hours of operation, number
of workers, and type of work to be conducted within the time period allowed for
the disruption to existing water facilities. The plan shall be submitted to the City
staff for approval twenty (20) days prior to planned work. Shutdowns shall not
proceed without the review and approval of the City. No time extensions or
damages will be considered for delays caused by failure of Contractor to plan,
schedule and coordinate the work.
D. The City of Vallejo will monitor all connections to the existing water lines and
during flushing and testing. Contractor shall not operate any existing water
valves. All water valve operation shall be conducted by the City of Vallejo.
Contractor shall make all excavations and furnish, install and maintain such
shoring, bracing, and sheeting, and all materials necessary for the pipeline and
these connections. Prior to disruption of service, provide all materials including
pipe, valves, mechanical couplings, and concrete thrust blocks for a complete
connection to existing pipe, and other related work as required for a complete
installation.
E. Shutdown of the water distribution system shall be limited between Monday and
Thursday during the off peak season between October and April.
WEST YOST GUIDE SPECIFICATION

1.07 SURVEY INFORMATION


A. The Contractor shall use horizontal and vertical controls to lay out the work
whether or not shown on the Plans. The Contractor shall retain the services of a
California licensed surveyor to perform all survey control, staking, layout, and
verification work.
B. The Contractor will be responsible for all lines, guides, and layout of all structures
and equipment including but not limited to modifications to existing structures.
From the information provided, the Contractor shall develop and make such
additional surveys as are needed for construction, such as control lines, slope
stakes, batter boards, stakes for pipe locations and other working points, lines, and
elevations. Contractor shall reestablish reference bench marks and survey control
monuments destroyed by his/her operations at no cost to the City.

West Yost December 2016 01 14 00 - 3 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
C. As an element of its inspection activities, the Engineer may perform periodic
grade checking to help to verify that the Contractor is constructing facilities as
shown on the Contract Plans. Said periodic grade checking shall not substitute for
the Contractors own quality control and grade and location verification program.

1.08 REMOVING EXISTING FACILITIES FROM SERVICE


A. Existing systems or individual equipment items shall be isolated, decommissioned
or de-energized only by the Owners operations personnel. This work will be
done in accordance with the Facility Outage Plan and schedule prepared by the
Contractor.
B. The Contractor shall provide all necessary labor during and subsequent to all
shutdown activities as required. Maintain adequate access to the plant facilities,
utilities, and equipment during construction to allow continued operation and
maintenance by Owners personnel to take place.
C. Prior to any shutdown all materials, fittings, supports, equipment and tools shall
be on the site and all necessary skilled labor scheduled prior to starting any
connection work.
D. If valves or gates need to be opened or closed, or mechanical equipment turned
off or turned on, or similar operations performed to allow construction to proceed,
this is to be performed by the Owners operations staff working in coordination
with Contractor personnel. Valves and gates that may be used to isolate lines and
facilities may not completely seal. Contractor shall allow for leakage in planning
the Work. Contractor shall clean the work areas as required to perform the work.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 WORK COORDINATION


A. Schedule and coordinate the overall Work and construction operations, including
the work of subcontractors and the timely provision of products and supplies.
B. Perform Work in an orderly and logical sequence. Individual specification
Sections may identify specific requirements that are related to Work sequence.

WEST YOST GUIDE SPECIFICATION


These types of constraints are not repeated in this Section but shall be followed by
the Contractor.

3.02 WORK CONSTRAINTS


A. Work Hours
1. Refer to General Provisions 5-1.05B, Hours of Work. No work will be
allowed outside of listed hours except as otherwise approved for the safety
or protection of persons, as otherwise stated in the Contract Documents, or
during disruption of water service when night work will be required.

West Yost December 2016 01 14 00 - 4 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
2. Contractor will not perform of Work on a Sunday or any legal holiday
defined by the City of Vallejo without written consent from the City.
3. Legal holidays are defined in General Provisions 1-1.255, Legal Holidays.
a. When a holiday falls on Sunday, the following Monday is
recognized as the legal holiday. When a holiday falls on a
Saturday, the preceding Friday is recognized as the legal holiday.

3.03 NIGHT WORK


A. Work after dark may be required under work sequence circumstances described
herein. No additional compensation will be paid to the Contractor for night work.
B. Contractor shall provide all lighting required for the proper and expeditious
completion of the work.

3.04 WORK SEQUENCE


A. Construction work shall proceed in accordance with the following stages to limit
downtimes of the Finished Water Pump Station, clearwell pumps, and water
distribution piping. Allow 5 days minimum between stages to allow water
delivery facilities to return and operate at normal water service conditions.
B. The following work sequence is one means of constructing the project, and shall
be followed in general unless another suitable method of completing the work is
developed by the Contractor and approved by the City. This work sequence is
general in nature and does not include all work activities required by this Contract
for completion of the work. The work sequence shall be coordinated with the
requirements of other specification and the drawings in order to complete the
Work in a timely and satisfactory manner.
1. Stage 1: Uncover work area. Complete all excavations and expose existing
pipe in the area of the water main connections. Identify and verify required
materials and equipment. Backfill all excavations after inspection as
required to facilitate ongoing pump station operation and protect City staff
and the clearwell from open or unstable excavations. Order all required
materials and equipment based on observes field conditions. Provide all
WEST YOST GUIDE SPECIFICATION

materials, equipment, temporary pumping equipment, and supplies


approved by City and ready for installation prior to proceeding the Stage 2.
2. Stage 2: Replace TV leaded-tee and actuated valve with 45-degree bypass
and install power actuated valve in vault (Valve A) in following sequence:
a. Construct thrust block on existing 24-inch PW prior to dewatering
PW from water treatment plant.
b. Isolate and dewater 24-inch PW.
c. Cut out and remove leaded-tee, actuated valve, adjacent pipe,
abandoned pipe and valves and appurtenances, and downstream
thrust block.
d. Install and connect 45-degree bypass and power actuated valve.

West Yost December 2016 01 14 00 - 5 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
e. Install support system to resist thrust from new 45-degree bypass.
f. Restore 24-inch PW to full service within 48 hours of water
disruption.
g. Construct concrete valve vault around power actuated valve.
3. Stage 3: Install power actuated valve downstream from existing TV
discharge header and Grid tees, but before TV main (Valve B) in
following sequence:
a. Isolate and dewater 24-inch PW.
b. Cut out and remove pipe section.
c. Install and connect new pipe section and power actuated valve.
d. Restore 24-inch PW to full service within 48 hours of water
disruption.
e. Construct concrete valve vault around power actuated valve.
4. Stage 4: Install tee and two valves (Valve C & D) for proposed future TV
pump header in following sequence:
a. Isolate and dewater 42-inch PW.
b. Cut out and remove pipe section.
c. Install and connect new pipe section and manual valves.
d. Restore 42-inch PW to full service within 4 days of water
disruption.
5. Stage 5: Install pipe section on TV discharge header adjacent to pump
station (future Valve E) in following sequence:
a. Isolate and dewater 24-inch PW.
b. Cut out and remove pipe section.
c. Install and connect new pipe section.
d. Restore 24-inch PW to full service within 4 days of water
disruption.
6. Stage 6: Install manual line valve with power actuated throttling bypass
valve downstream from North TV line, away from embankment slope
(Valve F) in following sequence:

WEST YOST GUIDE SPECIFICATION


a. Isolate and dewater 24-inch PW.
b. Cut out and remove pipe section.
c. Install and connect new pipe section and line valve and power
actuated valve.
d. Restore 24-inch PW to full service within 48 hours of water
disruption.
e. Construct concrete valve vault around line valve and power
actuated valve.

West Yost December 2016 01 14 00 - 6 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Work Sequence and Constraints shall not be measured.

4.02 PAYMENT
A. Payment for Work Sequence and Constraints shall be included in the various
items of work, and no additional compensation will be made therefor.

END OF SECTION
WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 14 00 - 7 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
(PAGE LEFT BLANK INTENTIONALLY)

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 14 00 - 8 Finished Water Pump Station


174-14-16-02 Work Sequence and Constraints Electrification, Phase 1
Project No. WT 7074
SECTION 01 31 19

PROJECT MEETINGS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Requirements for calling for and conducting meetings for the Work.

1.02 REFERENCED SECTIONS


A. The following Section is referenced in this Section
1. Section 01 32 00 Construction Schedule

1.03 GENERAL
A. Project meetings and conferences are an important administration and
communication requirement of all project participants. Meetings will be
conducted throughout the course of the construction to address issues related to
the Work, review and coordinate progress of the Work, and to discuss other
matters of common interest to project participants.
B. Meeting and conference locations and qualified participants will be determined by
the Engineer and the Contractor based on the meeting agenda topics.

1.04 PRECONSTRUCTION CONFERENCE


A. Prior to the start of construction, the Engineer will schedule a meeting of the
Contractor, Owner, and their respective representatives. The general purpose of
the meeting will be to establish working relationships, begin coordination of
construction matters, discuss the Work, and to review the pertinent features of the
Contract. The duration of the preconstruction conference will take approximately
4 hours.
B. The agenda for the meeting will cover at least the following items, a more
WEST YOST GUIDE SPECIFICATION

detailed agenda will be distributed at the meeting:


1. Organization of the Contractor's forces and personnel, including
subcontractors and materials suppliers.
2. Lines of authority and channels and procedures for communication.
3. Contractors construction schedule, including sequence of critical work.
4. Processing of shop drawings and other data that will be submitted to
Owner for review.
5. Processing of change order requests and monthly applications for
payment.
6. Procedures for quality control, housekeeping and related matters.

West Yost December 2016 01 31 19 - 1 Finished Water Pump Station


174-14-16-02 Project Meetings Electrification, Phase 1
Project No. WT 7074
C. Contractor should be prepared to discuss the following topics:
1. Preliminary construction schedule and critical path.
2. Schedule of submittals and submittals needing short turn-around times.
3. Schedule of Values for construction payments.
4. Critical work sequencing.
5. Plans for mobilization, arrangement and use of staging and storage areas,
use of site, location and arrangement of field offices, and site security.
6. Identification of utilities affected by construction and procedures for
communication.
D. Minutes of Meeting
1. The Engineer will compile minutes of the meeting and distribute copies to
all participants.

1.05 PROGRESS MEETINGS


A. Unless otherwise arranged, there will be a weekly progress meeting at a time and
at an on-site location that is mutually agreed upon between the Contractor,
Engineer and Owner.
1. Meetings are to enable orderly project review during the progress of work.
2. Engineer, Owner, Contractors Superintendent, representatives of
subcontractors, suppliers representatives as may be needed, other
Contractors working at the site, and other parties shall attend these
meetings.
3. Engineer will preside over the meeting and will compile and distribute
minutes of the meeting.
B. The purpose of the weekly meetings is to coordinate the efforts of all concerned to
result in smooth and coordinated progress towards completion of the overall
project.
C. Contractor shall bring to each weekly meeting the updated 2-week look ahead
schedule.

WEST YOST GUIDE SPECIFICATION


D. The Contractor will be required to address the following items at the weekly meeting:
1. Work completed last week.
2. Work anticipated next week.
3. Log of submittals and Requests for Information.
4. Contract document deficiencies or questions noted during prior week.
5. Schedule status and corrective measures and procedures that are planned
to place the project back on schedule, if such action is necessary.
6. Report of any accidents, and any site safety issues that need to be addressed.

West Yost December 2016 01 31 19 - 2 Finished Water Pump Station


174-14-16-02 Project Meetings Electrification, Phase 1
Project No. WT 7074
E. Other agenda items to be discussed include:
1. Review and revise as necessary and approve minutes of previous meetings.
2. Status of Requests for Information, Change Order Requests, submittals
and shop drawings.
3. Identify problems that impede planned progress.
4. Other current business pertaining to the Work.
F. Revision of Minutes
1. Unless published minutes are challenged in writing prior to the next
regularly scheduled progress meeting, they will be accepted as properly
stating the activities and decisions of the meeting.
2. Persons challenging published minutes shall reproduce and distribute
copies of the challenge to all indicated recipients of the particular set of
minutes.
3. Challenge to minutes shall be settled as priority item of "old business" at
the next regularly scheduled meeting.

1.06 PROGRESS SCHEDULE AND PROGRESS BILLING MEETINGS


A. Once each month, a progress schedule and progress payment meeting will be
conducted with the Engineer. The purpose of this meeting is to review the
Progress Payment Estimate and reach agreement on the extent of the Work
completed during the pay period.
B. The meeting date will be scheduled in accordance with the Owners deadline for
submittal of Progress Pay Estimate.
C. The updated progress schedule will also be reviewed at this meeting as described
in Section 01 32 00. Schedule impacts, time extension requests, actual and
anticipated schedule activity sequence/duration changes, delays, and other
schedule-related topics will be discussed.
D. The Engineer may require more frequent progress schedule meetings should there
be schedule revisions that necessitate such a meeting.
WEST YOST GUIDE SPECIFICATION

1.07 SUBMITTAL MEETINGS


A. When required in the individual technical specification, or if requested by the
Contractor or the Engineer, a meeting regarding a required submittal will be held
to facilitate the timeliness of the submittal preparation and review process.

1.08 QUALITY ASSURANCE MEETINGS


A. The Contractor or the Engineer may request a meeting prior to the start of a
particular phase of the project to discuss how the Work shall be accomplished in
accordance with the quality requirements of the Contract Documents, Codes,
permits and industry standards. Quality assurance inspections and tests that are
applicable to the Work will be discussed.

West Yost December 2016 01 31 19 - 3 Finished Water Pump Station


174-14-16-02 Project Meetings Electrification, Phase 1
Project No. WT 7074
1.09 PRE-INSTALLATION MEETINGS
A. When required in the individual specification, or if requested by the Contractor or
Engineer, a pre-installation meeting will be held to review conditions of the
installation, installation procedures, and coordination with related work. This
meeting will be scheduled to take place in advance of installation of the
equipment or as required in the technical specifications.

1.10 PRE-SUBSTANTIAL COMPLETION MEETING


A. Thirty (30) days prior to the estimated substantial completion, the Owner,
Engineer, Contractor, and appropriate subcontractors will meet to review
maintenance manuals, guarantees, closeout submittals, bonds, and service
contracts for materials and equipment.

1.11 SPECIAL MEETINGS


A. Any time during progress of the Work, the Owner and the Construction Manager
shall have the authority to require the Contractor and any subcontractor, suppliers,
or service providers to attend job-site conferences on matters which require
immediate or special attention. Any notice of such conference shall be duly
observed and complied with by the Contractor and subcontractors, suppliers, or
service providers without extra cost to Owner.

1.12 POST CONSTRUCTION GUARANTY PERIOD MEETING


A. Contractor shall meet with a representative of the Owner and the Engineer
approximately eleven (11) months after the date of Substantial Completion to
inspect the Work. Meeting will be arranged by the Owner at least seven (7) days
before meeting. The Contractor will require attendance of its Project
Manager/Superintendent, appropriate manufactures and appropriate subcontractors.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

PART 4 - MEASUREMENT AND PAYMENT

WEST YOST GUIDE SPECIFICATION


4.01 MEASUREMENT
A. Project Meetings shall not be measured.

4.02 PAYMENT
A. Payment for Project Meetings shall be included in the various items of work,
and no additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 01 31 19 - 4 Finished Water Pump Station


174-14-16-02 Project Meetings Electrification, Phase 1
Project No. WT 7074
SECTION 01 32 00

CONSTRUCTION SCHEDULE

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Procedures for preparing and revising the construction schedule used for planning
and managing construction activities.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section
1. Section A Special Provisions
2. Section B General Provisions

1.03 COORDINATION WITH GENERAL CONDITIONS


1. Prepare and submit a Preliminary Schedule in accordance with the
requirements of Section B General Provisions and any Supplementary
Conditions specified in Section A Special Provisions.
B. The Contractors execution of the Work shall begin based on the Preliminary
Schedule accepted by the Engineer. As Work progresses, the Schedule shall be
updated and resubmitted in accordance with the requirements of this Section.

1.04 USE OF SCHEDULE


A. The schedule and subsequent updates provides a basis for determining the
progress status of the project relative to the completion time, specific dates, and
for determining the acceptability of the Contractors progress payment estimates.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION
WEST YOST GUIDE SPECIFICATION

3.01 DESCRIPTION
A. The Contractor shall prepare a time scale network schedule using a critical path
method. A general guide for preparing such a schedule is contained in "The Use
of CPM in Construction, a Manual for Contractors," published by the Associated
General Contractors of America.
1. The schedule shall depict all significant construction activities and all
items of work listed in the breakdown of contract prices submitted by the
Contractor in accordance with Section B General Provisions.
2. Indicate assigned values for each part of the work.

West Yost December 2016 01 32 00 - 1 Finished Water Pump Station


174-14-16-02 Construction Schedule Electrification, Phase 1
Project No. WT 7074
3. Indicate dependencies between activities to established the effect the
progress of any one activity has on the schedule.
B. Completion time shall be shown on the schedule. Activities making up the critical
path shall be identified.
C. No activity on the schedule shall have a duration longer than 21 days or assigned
value greater than $50,000, except activities comprising only fabrication and
delivery, which may extend for more than 21 days.
1. Activities that exceed these limits shall be divided into more detailed
components.
2. The scheduled duration of each activity shall be based on the work being
performed during the normal 40-hour workweek with allowances made for
legal holidays and normal weather conditions.

3.02 SUBMITTAL PROCEDURES


A. Submit Preliminary Schedule in accordance with Section B General Provisions.
B. Submit the following items:
1. Two copies of the project schedule formatted to fit 11x17 inch sheets.
2. Electronic file of the schedule.
C. The Engineer will review the Preliminary Schedule to ascertain compliance with
specified project constraints, compliance with milestone dates, reasonableness of
durations and sequence, accurate inter-relationships and completeness.
D. Review comments will be transmitted to Contractor following completion of
preliminary review.
E. Revise and resubmit schedule in accordance with written comments, or request
joint meeting to resolve objections.
F. When schedule reflects the Engineer and Contractors agreement of project
approach and sequence, schedule will be accepted as the Base Schedule. Use the
accepted Base Schedule for planning, organizing and directing the work and for
reporting progress.

WEST YOST GUIDE SPECIFICATION


3.03 UPDATING THE SCHEDULE
A. Submit an updated schedule with each Application for Payment.
B. Progress payment requests may not be processed by Engineer if updated schedule
has not been submitted or if update is found unacceptable.
C. Prepare update using most recent accepted version of schedule including:
1. Actual start date of activities that have been started.
2. Actual finish date of activities that have been completed.
3. Percentage of completion of activities that have been started but not
finished.

West Yost December 2016 01 32 00 - 2 Finished Water Pump Station


174-14-16-02 Construction Schedule Electrification, Phase 1
Project No. WT 7074
4. Actual dates on which milestones were achieved.
D. Submit narrative report in conjunction with updated schedule describing:
1. Activities added to or deleted from schedule. Identify added activities in
manner distinctly different from original activity designations.
2. Changes in sequence or estimated duration of activities.
3. Current or anticipated problems and delays affecting progress, impact of
these problems and delays and measures taken to mitigate impact.
4. Assumptions made and activities affected by incorporating change order
work into the schedule.

3.04 REVISIONS TO SCHEDULE


A. Submit revised schedule within five (5) days when:
1. Delay in completion of any activity or group of activities indicates an
overrun of the contract time or milestone dates by twenty (20) working
days or five (5%) percent of the remaining duration, whichever is less.
2. Delays in submittals, deliveries, or work stoppages are encountered
making necessary the replanning or rescheduling of activities.
3. The schedule does not represent the actual progress of activities.
4. Any change to the sequence of activities, the completion date for major
portions of the work, or when changes occur that affect the critical path.
5. Contract modification necessitates schedule revision; submit schedule
analysis of change order work with cost proposal.
B. Submit printed copies of the revised schedule and electronic file.
C. Make revisions on most recently accepted version of schedule.

3.05 THREE WEEK LOOK AHEAD SCHEDULE


A. In addition to the overall Construction Schedule, provide a Look Ahead
schedule in bar chart format. Show work activities undertaken in the preceding
WEST YOST GUIDE SPECIFICATION

week and the work activities that will be undertaken during the upcoming three
weeks.
B. Prepare the Look Ahead schedule weekly and submit to the Engineer at the
weekly construction progress meeting.

3.06 SCHEDULE OF VALUES


A. The Contractor shall prepare and submit to the Engineer a Schedule of Values
covering each lump sum item for each item of building work. The Schedule of
Values, showing the value of each kind of work, shall be acceptable to the
Engineer before any partial payment estimate is prepared.

West Yost December 2016 01 32 00 - 3 Finished Water Pump Station


174-14-16-02 Construction Schedule Electrification, Phase 1
Project No. WT 7074
B. The sum of the listed items in the Schedule of Values shall equal the contract
lump sum price for each item of building work. Bonds, construction facilities, and
other such items shall not be paid for under the building work items, and shall be
included in the mobilization bid item for the entire project.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Construction Schedule shall not be measured.

4.02 PAYMENT
A. Payment for Construction Schedule shall be included in the various items of
work, and no additional compensation will be made therefor.

END OF SECTION

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 32 00 - 4 Finished Water Pump Station


174-14-16-02 Construction Schedule Electrification, Phase 1
Project No. WT 7074
SECTION 01 33 00

SUBMITTALS

PART 1 - GENERAL

1.01 SUMMARY
A. Submittals covered by these requirements include manufacturers' information,
shop drawings, test procedures, test results, samples, requests for substitutions,
and miscellaneous work-related submittals. Submittals shall also include, but not
be limited to, mechanical equipment and systems, materials, reinforcing steel,
fabricated items, piping and valves.
B. Furnish drawings, specifications, descriptive data, certificates, samples, tests,
methods, schedules, manufacturer's installation instructions and other information
to fully demonstrate that the materials and equipment to be furnished and the
methods of work comply with the provisions and intent of the Contract
Documents.
C. Requirements for furnishing submittals (except samples) via e-mail in adobe .pdf
format.

1.02 CONTRACTOR'S RESPONSIBILITIES


A. Contractor shall be responsible for the accuracy and completeness of the
information contained in each submittal and shall assure that the materials and
equipment incorporated into the Work, or the methods of performing the Work
shall be as described in the accepted submittals.
B. Verify that all features of all products conform to the specified requirements.
Submittal documents shall be clearly edited to indicate only those items, models,
or series of equipment that are being submitted for review. All extraneous
materials shall be crossed out or otherwise obliterated.
C. Ensure that there is no conflict with other submittals and notify the Engineer in
each case where his submittal may affect the work of another contractor or the
Owner. Coordinate submittals among subcontractors and suppliers including
those submittals complying with unit responsibility requirements specified in
applicable technical sections.
D. Coordinate submittals with the work so that work will not be delayed. Coordinate
and schedule different categories of submittals, so that one will not be delayed for
lack of coordination with another. No extension of time will be allowed because
of failure to properly schedule submittals.
E. Do not proceed with work related to a submittal until the submittal process is
complete and the submittal has received a response "No Exceptions Taken" or
"Make Corrections Noted."

West Yost December 2016 01 33 00 - 1 Finished Water Pump Station


174-14-16-02 Submittals Electrification, Phase 1
Project No. WT 7074
F. Certify on each submittal document that the Contractor has reviewed the
submittal, verified field conditions, and complied with the contract documents.
1. Include a copy of the specification section with addendum updates, all
referenced and applicable sections, and each paragraph check-marked to
indicate specification compliance or marked to indicate requested
deviations from specification requirements.
a. Use check marks () to denote full compliance with a paragraph
as a whole.
b. If deviations from the specifications are indicated and, therefore
requested by the Contractor, underline each deviation and denote
by a number in the margin to the right of the identified paragraph.
c. The remaining portions of the paragraph not underlined will
signify compliance on the part of the Contractor with the
specifications.
d. Include a detailed, written justification for each deviation.
e. Failure to comply with this paragraph is sufficient cause to reject
the entire submittal.

1.03 REVIEW COSTS


A. The Owners cost for review of submittals for the same proposed materials,
equipment or work will be apportioned as follows:
1. The cost of review of the initial submittal and the first revised submittal
will be borne by the Owner.
2. The cost to review all additional revised submittals after the first revised
submittal will be charged to the Contractor. The cost of review shall
include, without limitation, administrative, design and engineering
activities directly related to review of submittals.

1.04 CATEGORIES OF SUBMITTALS


A. General
1. Submittals fall into two general categories;
a. Submittals for review and comment require action by the Engineer.
b. Submittals that are primarily for information only do not require
Engineers approval.
B. Submittals for Review and Comment
1. Transmit submittals for review and comment to the Engineer. The
Engineer will review the submittal for compliance with the Contract
requirements and will provide written comments regarding acceptability.

West Yost December 2016 01 33 00 - 2 Finished Water Pump Station


174-14-16-02 Submittals Electrification, Phase 1
Project No. WT 7074
C. Submittals for Information Only
1. Where specified, furnish submittals to the Engineer for information only.
The Engineer may, at the Engineers option, review and comment on any
product data.
2. Incomplete or inadequate product data will be returned to the Contractor
for resubmittal.

1.05 TRANSMITTAL PROCEDURE


A. General
1. Transmit submittals regarding material and equipment under cover of a
Shop Drawing/Transmittal Form. Contractor may provide transmittal form
or use the example located at the end of this Section.
2. Use a separate form for each specific item, class of material, equipment,
and items specified in separate, discrete sections, for which the submittal
is required.
3. Identify submittal documents common to more than one piece of
equipment with all the appropriate equipment numbers.
4. Make submittals for various items with a single form 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.
5. Assign a unique sequential number on the transmittal form accompanying
each item submitted.
a. Use the following format for original submittal numbers: "XXX";
where "XXX" is the sequential number assigned by the Contractor.
b. Use the following format for resubmittals: "XXX-Y"; where
"XXX" is the originally assigned submittal number and "Y" is a
sequential letter assigned for resubmittals, i.e., A, B, or C being the
1st, 2nd, and 3rd resubmittals, respectively. Submittal 25B, for
example, is the second resubmittal of submittal 25.
B. Electronic Submission
1. Electronic .pdf format submittals are preferred.
2. Prepare submittals and Shop Drawings in electronic .pdf format including
half-sized and full-sized drawings, catalog information and other required
submittal information. Transmit electronic submittals by email to the
Engineer.
3. Break down submittals that are larger than 4 megabytes into smaller
sections, using logical division points to create sections.

West Yost December 2016 01 33 00 - 3 Finished Water Pump Station


174-14-16-02 Submittals Electrification, Phase 1
Project No. WT 7074
4. Hard copy submittals are an acceptable alternative to electronic .pdf
submittals if the Contractor demonstrates, to the satisfaction of the
Construction Manager, that electronic .pdf format presents a hardship.
C. Deviation from Contract
1. If the Contractor proposes to provide material, equipment, or method of
work that deviates from the project manual, so indicate under "Proposed
Deviations" on the transmittal form accompanying the submittal copies.
D. Submittal Completeness
1. Submittals that do not have all the information required to be submitted,
including deviations, are not acceptable and will be returned without
review.

1.06 SUBMITTAL CONTENT


A. Prepare submittals with information required by individual Specification Sections.
B. Shop Drawings:
1. Develop project-specific, scaled drawings to fully establish materials and
products that will be provided and their relationship to other products that
will be furnished and installed. Do not utilize reproductions of the
Contract Documents as the basis for the submittal.
2. Identify products, assemblies, equipment and systems.
3. Provide equipment identification numbers or tag numbers, wiring
diagrams, and setting diagrams.
4. Identify critical dimensions.
C. Product Data:
1. Provide information necessary to demonstrate conformance with the
specified requirements. Include performance curves, specifications, and
wiring diagrams.
2. Product data may consist of manufacturers standard catalog information
and data sheets, marked to indicate the specific products that will be
provided.
3. Provide supplemental information as necessary to fully demonstrate how
products will be modified from the manufactures standard products to
meet the specification requirements.
D. Manufacturers Instructions: Written or published information that establishes the
manufacturers recommendations, guidelines and procedures for handling and
installation of products, equipment and assemblies.
E. Samples: Mount, display or package samples in a manner that will facilitate
review and establish workmanship and quality of materials. Arrange to deliver
samples to Engineer.

West Yost December 2016 01 33 00 - 4 Finished Water Pump Station


174-14-16-02 Submittals Electrification, Phase 1
Project No. WT 7074
1.07 SUBMITTAL INDEX
A. Within 30 days of the Notice to proceed, submit a list, by specification section, of
all submittals to be submitted.
B. Update and resubmit the submittal index on a monthly basis where additional
submittals are identified, or as necessary

1.08 REVIEW PROCEDURE


A. General
1. Submittals are specified for those features and characteristics of materials,
equipment, and methods of operation that can be selected based on the
Contractor's judgment of their conformance to the specified requirements.
Other features and characteristics are specified in a manner that enables
the Contractor to determine acceptable options without submittals. The
review procedure is based on the Contractor's guarantee that all features
and characteristics not requiring submittals conform as specified.
2. Review does not extend to means, methods, techniques, sequences or
procedures of construction, or to verifying quantities, dimensions, weights
or gages, or fabrication processes (except where specifically indicated or
required by the Project Manual) or to safety precautions or programs
incident thereto.
3. Review of a separate item, as such, will not indicate approval of the
assembly in which the item functions.
4. When the Contract Documents require a submittal, submit the specified
information as follows:
a. Submittals for Review and Comment:
1) Submit one electronic pdf submittal via e-mail.
2) If hard copies are submitted, submit three hard copies and
one electronic copy of all submitted information plus one
reproducible original for review.
b. Submittals for Information Only:
1) Submit one electronic pdf submittal via e-mail.
2) If hard copies are submitted, submit three copies of all
submittal information for review, unless otherwise
specified.
B. Submittals for Review and Comment
1. Unless otherwise specified, the Engineer will review the submittal and
return a stamped pdf via e-mail.
2. If hard copies were submitted, the Engineer will return 2 copies of a
marked-up reproducible original. The reproducible original will be
retained by the Engineer.

West Yost December 2016 01 33 00 - 5 Finished Water Pump Station


174-14-16-02 Submittals Electrification, Phase 1
Project No. WT 7074
3. The returned submittal shall indicate one of the following actions:
a. If the review indicates that the material, equipment or work
method complies with the project manual, submittal copies will be
marked "NO EXCEPTIONS TAKEN." In this event, the
Contractor may begin to implement the work method or
incorporate the material or equipment covered by the submittal.
b. If the review indicates limited corrections are required, copies will
be marked "MAKE CORRECTIONS NOTED." The Contractor
may begin implementing the work method or incorporating the
material and equipment covered by the submittal in accordance
with the noted corrections. Where submittal information will be
incorporated in O&M data, provide a corrected copy.
c. If the review reveals that the submittal is insufficient or contains
incorrect data, copies will be marked "AMEND AND
RESUBMIT." Except at its 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."
d. If the review indicates that the material, equipment, or work
method does not comply with the project manual, copies of the
submittal will be marked "REJECTED - SEE REMARKS."
Submittals with deviations that have not been identified clearly
may be rejected. Except at its own risk, the Contractor shall not
undertake the work covered by such submittals until a new
submittal is made and returned marked either "NO EXCEPTIONS
TAKEN" or "MAKE CORRECTIONS NOTED."
C. Submittals for Information Only
1. Submittals for Information Only, if complete and adequate, will be
returned marked ACCEPTED FOR RECORD.

1.09 PROCESSING TIME


A. Prepare submittals and transmit to Engineer for review in sufficient time to allow
Engineers review; manufacture, fabrication or assembly of materials and
systems; and shipping of material to the site in time for installation in accordance
with the Contractors schedule.
B. Engineers time for review will begin upon receipt of a complete and
comprehensive submittal containing all required information.
C. Engineer will review submitted information and transmit a response to Contractor
within 20 days after receipt except extensive electrical and instrumentation
submittals will require a 30 day review period.
1. In some instances, review times for specific submittals may be modified
by the individual specification Section.

West Yost December 2016 01 33 00 - 6 Finished Water Pump Station


174-14-16-02 Submittals Electrification, Phase 1
Project No. WT 7074
2. Resubmittals will be subject to the same review time.
3. No adjustment of Contract Time or Contract Price will be allowed due to
delays in the progress of the Work that are caused by rejected submittals
and subsequent resubmittals.

1.10 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS


A. The purpose of submittals is to demonstrate how Contractor intends to conform to
the Contract Documents and design concepts. Engineer is entitled to rely upon the
accuracy and completeness of designs, calculations, or certifications made by
licensed professionals whether or not a stamp or seal is required by the Contract
Documents.
B. Review of contract drawings, methods of work, or information regarding
materials or equipment the Contractor proposes to provide, does not relieve the
Contractor of its responsibility from fulfilling the requirements of the Contract,
proper operation of the equipment, and correction of defective work and shall not
be regarded as an assumption of risks or liability by the Engineer or the Owner.
C. A mark of "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED"
means that the Owner has no objection to the Contractor, upon its own
responsibility, using the plan or method of work proposed, or providing the
materials or equipment proposed.
D. The Engineer's review of shop drawings, samples, or test procedures will be only
for conformance with design concepts and for compliance with information given
in Contract Documents. The Engineer's review does not extend to:
1. Accuracy of dimensions, quantities, or performance of equipment and
systems designed by Contractor.
2. Contractor's means, methods, techniques, sequences, or procedures except
when specified, indicated on the Drawings, or required by Contract
Documents.
3. Safety precautions or programs related to safety which shall remain the
sole responsibility of the Contractor.

1.11 SUBSTITUTIONS OR OR EQUAL ITEMS


A. Named or Sole Source Times
1. Whenever materials or equipment are specified or described in the
Contract Documents by using the name of a proprietary item or the name
of a particular Supplier with the words or equal, the naming of the item
is intended to establish the type, function, and quality required.
2. Unless the name designated a sole source and/or is followed by words
indicating that no substitution is permitted, materials, or equipment of
other Suppliers may be accepted by Engineer if sufficient information is
submitted by Contractor to allow Engineer to determine that the material
or equipment proposed is equivalent or equal to that named.

West Yost December 2016 01 33 00 - 7 Finished Water Pump Station


174-14-16-02 Submittals Electrification, Phase 1
Project No. WT 7074
B. Initiating Substitution Request
1. To propose to furnish or use a substitute item of material or equipment,
Contractor shall submit formal request per Owner requirements.
2. Submit request to Construction Manager for acceptance, certifying that the
proposed substitute will perform adequately the functions and achieve the
results called for by the general design, be similar and of equal substance
to that specified and be suited to the same use as that specified.
3. State that the evaluation and acceptance of the proposed substitute will not
prejudice Contractors achievement of Substantial Completion on time,
whether acceptance of the substitute for use in the Work will require:
a. A change in any of the Contract Documents (or in the provisions of
any other direct contract with Owner for Work on the Project) to
adapt the design to the proposed substitute
b. Incorporation or use of the substitute in connection with the Work
is subject to payment of any license fee or royalty.
4. Identify all variations of the proposed substitution from that specified
5. Identify available maintenance, repair, and replacement service
6. Provide an itemized estimate of all costs that will result directly or
indirectly from acceptance of such substitute, including costs of redesign
and claims of other contractors affected by the resulting change
7. The Owner or Engineer may require Contractor to furnish at Contractors
expense additional data about the proposed substitute.
8. If a specific means, method, technique, sequence or procedure of
construction is indicated in or required by the Contract Documents,
Contractor may propose to furnish or utilize a substitute means, method,
sequence, technique or procedure of construction. Submit sufficient
information to allow Engineer to determine that the proposed substitution
is equivalent to that indicated or required by the Contract Documents.
C. Review Procedure
1. Requests for substitutions may only be submitted by the Contractor.
2. All requests for substitution shall be submitted within thirty (30) calendar
days after the date of Notice to Proceed unless the Owner has agreed in
writing to a later submittal date and the Contractor agrees to comply with
all conditions of the Owner for the late submittal.
3. The Owners agreement to a later submittal date shall not be construed as
favorable review or acceptance of the proposed or equal substitution.
4. The Engineer will be respond to all requests for substitutions within thirty
(30) days unless the Engineer notifies the Contractor within fourteen (14)
days after receipt of the proposed or equal substitution submittal that
more time is needed to complete a thorough review.

West Yost December 2016 01 33 00 - 8 Finished Water Pump Station


174-14-16-02 Submittals Electrification, Phase 1
Project No. WT 7074
5. The Engineer and Owner will be the sole judge of acceptability, and no
proposed or equal substitution item or service will be ordered, installed
or utilized without Engineers prior written acceptance that will be
evidenced by either a Change Order or an accepted Shop Drawing.
6. As a condition of acceptance, the Owner may require Contractor to
furnish, at Contractors expense, a special performance guarantee or other
surety with respect to a proposed or equal substitution item or service.
7. Contractor shall pay all costs for redesign required by the implementation
of the proposed substitute.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Submittals shall not be measured.

4.02 PAYMENT
A. Payment for Submittals shall be included in the various items of work, and no
additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 01 33 00 - 9 Finished Water Pump Station


174-14-16-02 Submittals Electrification, Phase 1
Project No. WT 7074
SUBMITTAL TRANSMITTAL

Submittal Description Submittal No.


1st Submission Re-Submittal
Priority Level: Low Medium High On Critical Path
Spec Section

Dwg/Detail No.

Date Date
Owner: Routing
Sent Received
Project Name: Contractor/CM
CM/Design Consultant
Contractor: Design Consultant/CM
CM/Contractor

We are sending you: Attached Under separate cover via


Submittals for review and comment
Product Data for information only

No. Reviewer Reviewer


Description Manufacturer
Copies Action Initials

CONTRACTOR: Must certify one of the following statements pertaining


The Action Designated Above is in
Accordance with the Following Legend: to the transmittal or submittal sent for review:
As the General Contractor for this project we certify that the material
A No Exceptions Taken or equipment contained in this submittal meets all the requirements,
B Make Corrections Noted including coordination with all related work specified (no exceptions)
C Amend and Resubmit
As the General Contractor for this project we certify that the material
D Rejected
or equipment contained in this submittal meets all the requirements
E Review not Required specified except for the attached deviations.

Comments:

Certified by:
(Contractors Signature)

West Yost December 2016 01 33 00 - 10 Finished Water Pump Station


174-14-16-02 Submittals Electrification, Phase 1
Project No. WT 7074
SECTION 01 34 00

REQUESTS FOR INFORMATION AND CLARIFICATIONS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Procedures for submitting requests for information and clarifications when
Contractor discovers apparent conflicts, omissions, or errors in the Contract
Documents, or upon having any questions concerning interpretation of the
Contract Documents.

1.02 PROCEDURES
A. Notification:
1. Notify the Engineer in writing and request interpretation, clarification, or
additional detailed instructions concerning the Work.
2. Ask for clarification or request information immediately upon discovery,
but no less than seven working days prior to the start date of the activities
related to the clarification, based on the latest updated version of the
official contract schedule.
B. Form:
1. Submit requests for clarification and/or additional information in writing
to the Engineer using the Request for Information (RFI) form provided at
the end of this Section.
2. Provide a detailed statement indicating the nature of the information
requested. Reference specific Drawings and Specifications as appropriate.
3. Limit each written request to one topic.
4. Electronic .pdf format RFIs are preferred. Prepare RFIs and any
attachments in electronic .pdf format. Transmit electronic RFIs via email
WEST YOST GUIDE SPECIFICATION

to the Construction Manager. Break down RFIs that are larger than
4 megabytes into smaller sections, using logical division points to create
sections.
5. Hard copy RFIs are an acceptable alternative to electronic .pdf RFIs if the
Contractor demonstrates, to the satisfaction of the Construction Manager,
that electronic .pdf format presents a hardship. If hard copies are used,
furnish six (6) copies of each RFI.
C. Numbering:
1. Use consecutive numbers for each new form submitted. When RFIs are
re-submitted to request additional information on the same topic, add a

West Yost December 2016 01 34 00 - 1 Finished Water Pump Station


174-14-16-02 Requests for Information and Clarifications Electrification, Phase 1
Project No. WT 7074
letter A, B, C, etc. to the numbering system for each subsequent RFI until
the subject is resolved.

1.03 REASONS FOR SUBMITTAL


A. Submit an RFI if one of the following conditions occur:
1. An unforeseen condition or other circumstance that is not described in the
Contract Documents.
2. An apparent conflict or discrepancy between portions of the Contract
Documents.
3. An apparent omission from the Contract Documents.
4. Information presented in the Contract Documents is unclear or additional
details are needed to undertake the Work.
5. In an untimely manner without proper coordination and scheduling of
work or related trades.
6. Cost arising from the failure to submit an RFI for the above conditions
shall be borne by the Contractor.

1.04 RESPONSE TIME


A. The Engineer will resolve the RFI and issue instruction to the Contractor within
14 calendar days.
B. Response time may need to be lengthened; or shortened for emergency situations
as mutually agreed upon by all parties.
C. Do not proceed with the affected work before receipt of a response from the
Engineer. Should the Contractor elect to proceed with the Work affected by the
RFI, any portion of the Work that is not done in accordance with the Engineers
interpretation, clarifications, instructions or decisions will be subject to removal
or replacement at the Contractors expense.

1.05 REJECTIONS
A. RFIs submitted by the Contractor may be rejected by the Engineer for the

WEST YOST GUIDE SPECIFICATION


following reasons:
1. The RFI is submitted as a substitute for a submittal.
2. Under the pretense of a Contract Documents discrepancy or omission
without thoroughly reviewing the documents.
3. In a manner that suggests that specific portions of the Contract Documents
are assumed to be excluded, or be taken as an isolated portion of the
Contract Documents in part rather than whole.

West Yost December 2016 01 34 00 - 2 Finished Water Pump Station


174-14-16-02 Requests for Information and Clarifications Electrification, Phase 1
Project No. WT 7074
1.06 ADDITIONAL DETAILED INSTRUCTIONS (CLARIFICATIONS)
A. The Owner may furnish additional detailed written instructions to further explain
the Work and these instructions shall become part of the Contract Documents.
Clarifications will be issued using the above RFI system.
B. When, in the opinion of the Contractor, the Engineers response in the RFI
constitutes additional work beyond the scope of the Contract, the Contractor shall
notify the Engineer in writing following receipt of the RFI and prior to initiating
the Work affected by the RFI. The process for submitting claims of additional
Work shall be followed as defined in the General Conditions. Lack of compliance
with this notification requirement will cause Contractor to forfeit any claim for
additional compensation or extension of the schedule.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Requests for Information and Clarifications shall not be measured.

4.02 PAYMENT
A. Payment for Requests for Information and Clarifications shall be included in
the various items of work, and no additional compensation will be made therefor.

END OF SECTION
WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 34 00 - 3 Finished Water Pump Station


174-14-16-02 Requests for Information and Clarifications Electrification, Phase 1
Project No. WT 7074
REQUEST FOR INFORMATION
RFI No.: XXX
Owner:
Project:
Contractor: Engineer

RFI Generated by: Contractor CM Other


Priority Level: Low High On Critical Path
Is there a Cost Impact associated with this RFI? Yes No Possibly
Is there a Time Impact associated with this RFI? Yes No Possibly

RFI Title:

Reference: Spec: Sheet:

Requested Information:

Signed: Date:

Response

WEST YOST GUIDE SPECIFICATION

Signed: Date:

West Yost December 2016 01 34 00 - 4 Finished Water Pump Station


174-14-16-02 Requests for Information and Clarifications Electrification, Phase 1
Project No. WT 7074
SECTION 01 35 24

PROJECT SAFETY REQUIREMENTS

PART 1 - GENERAL

1.01 DESCRIPTION
A. Work Included:
1. Be solely and exclusively responsible for maintaining job-site safety and
compliance with all pertinent Groups and Articles set forth in Title 8,
California Code of Regulations (Cal/OSHA), and Title 29, Code of Federal
Regulations (OSHA; where applicable).
2. Contractor shall be the Creating, Controlling, and Correcting Employer for
purposes of compliance with Cal/OSHA's multi-employer worksite rule (8
CCR 336.10) for itself and all of its site workers.
3. Meet with the Engineer prior to commencement of the Work to review the
project safety requirements as applicable to the Contractors procedures and
to develop mutual understandings relative to compliance with the safety
requirements and administration of the Contractors project safety
programs.
B. Site Activities
1. Control all harmful dusts, fumes, mists, vapors and gases exposures for all
job-site workers, regardless of employer, so that respective permissible
exposure limits (PEL) are not met or exceeded. Such hazards are contained
in Title 8, California Code of Regulations (Cal/OSHA) 5155 - Airborne
Contaminants; Article 110 - Regulated Carcinogens; Construction Safety
Order 1529 - Asbestos; and Construction Safety Order 1530.1 - Control of
Employee Exposures from Dust-Generating Operations Conducted on
Concrete or Masonry Materials.
2. Physically delineate and assign work areas and restrict access by
unauthorized persons during the course of Work. See Section 01 14 00 for
sign-in requirements.
3. Contractor shall not allow unsafe tools, equipment, or machinery to be
brought onto the project. Unsafe tools, etc. shall be considered as those tools
which are in need of repair, replacement, lacking proper maintenance, or
are unsuitable for the task.
4. Contractor shall assemble, install, erect, and prepare safety related
equipment, devices, and products in accordance with manufacturer
specifications and recommendations. Manufacturer documentation shall be
provided to the Engineer upon request.

West Yost December 2016 01 35 24 - 1 Finished Water Pump Station


174-14-16-02 Project Safety Requirements Electrification, Phase 1
Project No. WT 7074
5. Comply with the Federal Drug Free Workplace Act, Department of
Transportation (DOT) testing regulations (49 CFR Part 32), CA State
Vehicle Code (Section 34520) and all applicable legally valid rules and
regulations regarding drug and alcohol misuse, including consumption, sale
or possession.
6. Contractor personnel are specifically prohibited from bringing firearms,
explosive devices, or other dangerous weapons on City property or while
engaged in contract Work.
7. Contractor shall provide safe access for construction inspectors and other
authorized City employees in order to inspect or review Work in progress.
C. Referenced Sections
1. Section 01 14 00 Work Sequence and Constraints
2. Section 01 33 00 Submittals

1.02 DEFINITIONS
A. Where used in the Contract Documents, the following words and terms shall have
the meanings indicated. The meanings shall be applicable to the singular and plural
of the words and terms.
B. Competent Person: As defined in Section 1504 of the Construction Safety Orders,
Title 8, California Code of Regulations, one who is capable of identifying existing
and predictable hazards in the surroundings, or working conditions which are
unsanitary, hazardous, or dangerous to employees, and who has the authorization
to take prompt corrective measures to eliminate them.
C. Confined Spaces: Shall mean any space not designed for human occupancy and
having the characteristics identified in Title 8, California Code of Regulations
(Cal/OSHA), Article 108 - Confined Spaces.
D. Excavation: Any man-made cut, cavity, trench, or depression in an earth surface,
formed by earth removal.
E. Hazardous Substance: Defined as any substance included in the list (Director's List)
of hazardous substances prepared by the Director, California Department of
Industrial Relations, pursuant to Labor Code Section 6382. Includes hazardous
waste as defined herein.
F. Exposure Assessment: An assessment of potential chemical and physical hazards
encountered on the project site.
G. LOTO: Lock-Out Tag-Out as defined by Title 8, California Code of Regulations,
3314.
H. OPU: Order Prohibiting Use. A tag affixed to a dangerous workplace condition or
practice which constitutes an imminent hazard to workers. An OPU tag may be
posted prohibiting entry to the worksite, or part of the worksite, use of machinery,
devices, or apparatus.

West Yost December 2016 01 35 24 - 2 Finished Water Pump Station


174-14-16-02 Project Safety Requirements Electrification, Phase 1
Project No. WT 7074
I. Safe Work Notice, or Safe Work Permit: A Notice or Permit required to be
completed by the Contractor and City staff at water treatment plants and wastewater
facilities. The Notice/Permit communicates work to be performed, the areas and
potential hazards.
J. Trench: A narrow excavation (in relation to its length) made below the surface of
the ground. In general, the depth is greater than the width, but the width of a trench
(measured at the bottom) is not greater than 15 feet. If forms or other structures are
installed or constructed in an excavation so as to reduce the dimension measured
from the forms or structure to the side of the excavation to 15 feet or less, (measured
at the bottom of the excavation), the excavation is also considered to be a trench.

1.03 SUBMITTAL OF PLANS AND PROCEDURES


A. General:
1. Prepare and submit in accordance with the applicable provisions of Section
01 33 00.
2. Allow 20 work days minimum for the Engineer's review plus transit time to
and from the City offices.
3. The plans and procedures identified in this Article 1.3 shall be kept current.
New hazards, mitigations, or procedures identified during the course of the
Work shall be submitted as revisions to the identified plans and procedures
within 5 days of being identified.
4. One copy of each plan and procedure submitted will be returned marked
Reviewed, as described below, or Acknowledged Receipt or Returned
without Review as described in Section 01 33 00.
a. Reviewed indicates that the plan has been reviewed for the
protection of City employees in the Contractor work zones.
Notations entered by the City will be applicable to City employees
only.
b. Work described under the plan shall not begin until the submitted
plan has been returned as Reviewed or Acknowledged Receipt.
B. Project Safety and Health Plan:
1. Submit prior to start of the Work for the Engineer's review a Project Safety
and Health Plan for the Work to be performed only if actual, potential, or
anticipated hazards include: a) hazardous substances; b) fall protection
issues; c) confined spaces; d) trenches or excavations; or, e) lockout/tagout.
If the actual, potential, or anticipated hazards do not include one or more of
these five hazards, no Plan is required.
2. Submit prior to start of Work the name of individual(s) who has been
designated as:
a. Contractor's Project Safety and Health Representative
b. Submit principal and alternate Competent/Qualified Persons for:

West Yost December 2016 01 35 24 - 3 Finished Water Pump Station


174-14-16-02 Project Safety Requirements Electrification, Phase 1
Project No. WT 7074
1) scaffolding;
2) fall protection systems and equipment; and
3) employee protective systems for trenches and excavations.
c. Qualified person to conduct and take samples and air measurements
of known or suspect hazardous substance for personnel and
environmental exposure. Sample results shall be submitted to the
Engineer in writing and electronic format.
3. Plan shall include an emergency action plan in the event of an accident, or
serious unplanned event (e.g.: gasoline break, fire, structure collapse, etc.)
that requires notifying any responsive agencies (e.g.: fire departments,
PG&E, rescue teams, etc).
C. Excavation Safety Plan
1. Submit detailed plan for worker protection and control of ground movement
for the Engineer's review prior to any excavation work at jobsite. Include
drawings and details of system or systems to be used, area in which each
type of system will be used, de-watering, means of access and egress,
storage of materials, and equipment restrictions. If plan is modified or
changed, submit revised plan.
2. All surface encumbrances that are located and determined to create a hazard
to employees shall be removed or supported, as necessary, to safeguard
employees.
3. Tunnel work shall comply with the Tunnel Safety Orders.
D. Confined Space Operating Procedures:
1. Submit confined space operating and rescue procedures to the Engineer for
review. Procedures shall conform to the applicable provisions of Sections
5156 through 5158, Title 8, California Code of Regulations.
2. If a pipeline is required to be entered, the Project Safety and Health Plan
shall include a description of a safe access and rescue plan.
E. Fall Protection Procedures
1. Submit fall protection procedures to the Engineer for review prior to any
work at heights at the jobsite.
2. The fall protection plan shall address control of fall hazards for any work
occurring at heights greater than 7 feet.
3. Procedures shall conform to applicable provisions of Sections 1669 through
1671.2, Title 8, California Code of Regulations.
4. The plan shall address scaffolds when used on site.
5. The plan shall address manlift equipment when used on site.
6. The plan shall address rescue of workers who may fall.

West Yost December 2016 01 35 24 - 4 Finished Water Pump Station


174-14-16-02 Project Safety Requirements Electrification, Phase 1
Project No. WT 7074
F. USA Marking Record
1. Submit utility locate and marking (USA marking) number and documents,
and verification of markings. Make available to the Engineer the record of
all subsequent utility marking events and meetings on the project.
G. Accident Reports
1. Upon request of the Engineer, complete and submit an accident
investigation report. See Article 3.3.
H. Electrical Safety Plan
1. Submit a detailed plan for worker protection from hazardous voltages on
pipelines and appurtenances as a result of electromagnetic induction from
nearby electrical transmission lines and short-circuits at the high-voltage
lattice steel towers and tubular steel poles.
2. The safety plan shall include the following details at minimum:
a. Procedures to limit worker contact with the bare metal on the
pipeline and appurtenances, either through direct body contact or via
equipment which has a direct metallic path to the pipeline (e.g., a
crane or backhoe using metallic slings or chains).
b. Procedures to avoid placing equipment and materials near any
PG&E lattice towers or tubular steel poles.
c. Details of protective equipment and clothing to be used when
worker contact with the pipeline is unavoidable.
d. Temporary pipeline grounding and bonding details to be used during
construction.
e. Procedures for the installation of temporary pipeline grounding and
bonding by qualified personnel (e.g., electrician).
f. Procedures to notify all persons on the job site of the electrical
hazard.
g. Procedures to limit access to the pipeline to the public and
unqualified personnel.

1.04 TRAINING REQUIREMENTS


A. Ensure that all personnel who, as the result of work on this contract, will likely be
exposed to hazardous conditions or hazardous substances at the site have received
the appropriate training for the hazards they may encounter. Establish minimum
training requirements and do not allow untrained workers to enter or perform Work
at the site.

1.05 FIRE PREVENTION AND PROTECTION


A. Perform all Work in a fire-safe manner and supply and maintain on the site adequate
fire-fighting equipment capable of extinguishing incipient fires. Comply with
applicable federal, local, and state fire-prevention regulations. Where these
regulations do not apply, applicable parts of the National Fire Prevention Standards

West Yost December 2016 01 35 24 - 5 Finished Water Pump Station


174-14-16-02 Project Safety Requirements Electrification, Phase 1
Project No. WT 7074
for Safeguarding Building Construction Operations (NFPA No. 241) shall be
followed.

PART 2 - NOT USED

PART 3 - EXECUTION

3.01 PROJECT SAFETY AND HEALTH PLAN


A. General:
1. A copy of the Contractor's Project Safety and Health Plan shall be available
at the construction site while excavations, confined spaces, fall protection,
or LOTO are being performed, or hazardous substances are present
2. Contractor's Project Safety and Health Plan shall apply to all personnel
working at, or visiting the site including, but not limited to, Contractor's
employees, suppliers, truckers, and City personnel.
3. The Contractor's Project safety and health representative shall verify that all
persons are in compliance with applicable safety and health requirements,
and take action to ensure compliance where deficiencies are identified.
4. Provide the Engineer a minimum of 48 hours advance notice of time and
location of pre-entry briefings so that City personnel, who are required to
enter the Project, may attend. A record of attendance shall be provided to
the Engineer within 24 hours after the briefing.
5. Contractor shall take representative personnel air samples for employee
exposure to dust, fume, mist, and vapors of materials and substances
brought onto the project or generated during the course of Work on the
project. See paragraph B. below.
6. Exercise extreme care when handling or disposing of materials or
substances that are listed as hazardous substances in Section 339 of Chapter
3.2, California Occupational Safety and Health Regulations, Title 8,
California Code of Regulations, or in Title 26 (Toxics) of the California
Code of Regulations, or as evidenced by the manufacturer's MSDS.
7. Maintain a snake venom extractor kit including appropriate snake anti-
venom on-site for the duration of the project.
B. Sampling and Testing of Samples Collected for Exposure Analysis:
1. Be responsible for all sampling, including sampling for airborne
contaminants, and testing of materials suspected of containing hazardous
substances to determine if such materials pose potential safety & health
exposure hazards. All sampling shall be conducted by qualified persons, and
testing shall be performed by an OSHA certified laboratory.
2. Copies of the results of testing and sampling shall be made available to the
Engineer within 5-days of time of receipt from the certified laboratory.

West Yost December 2016 01 35 24 - 6 Finished Water Pump Station


174-14-16-02 Project Safety Requirements Electrification, Phase 1
Project No. WT 7074
3. Each sample shall have an identifying sample number assigned by the
Contractor when the sample is taken with the prefix SPEC 7074.
a. Each sample number shall be included on the sampling chain of
custody and in all reports, correspondence, and other documentation
related to the sample. Each sample shall have a sampling chain of
custody.
b. Chain of custody shall show the name and organization of each
person having custody of the sample, and shall also show the sample
number, job name and location, time of day and date sample taken,
material sampled, and tests to be performed.

3.02 HAZARDOUS CONDITIONS


A. Confined Spaces:
1. Attention is directed to the provisions of Article 108 of the General Industry
Safety Orders, Title 8, California Code of Regulations, and Article 4 on
Dusts, Fumes, Mists, Vapors, and Gases of Subchapter 4, the Construction
Safety Orders, Title 8, California Code of Regulations.
2. All spaces shall be designated by Contractor as either PERMIT REQUIRED
or NON-PERMIT REQUIRED. When designated PERMIT REQUIRED, a
copy of the PERMIT shall be conspicuously posted for the duration of the
Work within the space. Confined spaces designated as PERMIT
REQUIRED after assessment shall be supported by a rescue team(s).
3. Tests for the presence of combustible or dangerous gases and/or oxygen
deficiency in confined spaces shall be made with an approved device
immediately prior to a worker entering the confined space and at intervals
frequent enough to ensure a safe atmosphere during the time a worker is in
such a structure. A record of such tests shall be kept at the jobsite.
4. No employee shall be permitted to enter a confined space, where tests
indicate the presence of a hazardous atmosphere, unless the employee is
wearing suitable and approved respiratory equipment, or until such time that
continuous forced air ventilation has removed the hazardous atmosphere
from the confined space.
5. Confined spaces that contain or that have last been used as containers of toxic
gases, light oils, hydrogen sulfide, corrosives, or poisonous substances, shall,
in every case, be tested by means of approved devices or chemical analysis
before being entered without wearing approved respiratory equipment.
6. Sources of ignition shall be prohibited in any confined space until after the
atmosphere within the confined space has been tested and found safe.
7. Reservoirs, vessels, or other confined spaces having openings or manholes
in the side as well as in the top shall be entered from the side openings or
manholes when practicable.

West Yost December 2016 01 35 24 - 7 Finished Water Pump Station


174-14-16-02 Project Safety Requirements Electrification, Phase 1
Project No. WT 7074
8. Coordinate entry operations with the Engineer when both Contractor
personnel and City personnel require permit space entry.
B. Excavation Safety:
1. Section 6705 of the Labor Code requires that the excavation of any trench
5 feet or more in depth shall not begin until the Contractor has received
from the Engineer notification of the Engineer's receipt of the Contractor's
detailed plan for worker protection from the hazards of caving ground
during the excavation of such trench.
a. Such plan shall show the details of the design of shoring, bracing,
sloping or other provisions to be made for worker protection during
such excavation.
b. No such plan shall allow the use of shoring, sloping or a protective
system less effective than that required by the Construction Safety
Orders, Title 8, California Code of Regulations, and if such plan
varies from the shoring system standards established by the
Construction Safety Orders, the plan shall be prepared and signed
by an engineer who is registered as a Civil or Structural Engineer in
the State of California. Cal/OSHA Permit: Title 8, CCR 341(a)(1)
requires excavators to obtain a permit prior to digging trenches or
excavations which are 5 feet or deeper and into which a person is
required to descend.
2. California Government Code: Various sections of 4216 describe the
requirements and procedures for excavation notifications and utility
excavation.
3. Requirements of Protective Systems:
a. All excavations 5 ft. in depth or greater and not in stable rock shall
have a protective system to prevent earth movement.
b. For excavations greater than 20 ft. in depth, the detailed plan for
worker protection and control of ground movement shall be
prepared, and signed and dated, by a California registered Civil or
Structural Engineer. The registered engineer shall:
1) Have at least five years' responsible experience in work of
this nature.
2) Inspect the installation of the system prior to entry of any
persons into the excavation and certify in writing to the City
that the system is installed as designed.
3) Perform any necessary additional work that may be required
because of unanticipated movements, deflections, or
settlements of the protective system or the ground.
c. No changes or deviations from a protective system designed by a
registered engineer shall be made without prior approval of the
designing engineer.

West Yost December 2016 01 35 24 - 8 Finished Water Pump Station


174-14-16-02 Project Safety Requirements Electrification, Phase 1
Project No. WT 7074
d. In the event of any violation of Article 6 of the Construction Safety
Orders or this paragraph, or deviation from the submitted plan for
worker protection and control of ground movement, the Engineer
may suspend Work or notify Cal/OSHA or both.
C. Fall Protection:
1. Section 1670 of the Construction Safety Orders, Title 8, California Code of
Regulations, requires protective measures to be implemented whenever a
worker is exposed to falls greater than 7 feet.
2. On site activities shall conform to the requirements set forth in Sections
1669 through 1671.2, Title 8, California Code of Regulations.
3. A walkway or bridge, with standard guardrails, shall be provided where
employees are required to cross excavations and trenches 6 feet or greater
in depth per Section 1541 of the Construction Safety Orders, Title 8,
California Code of Regulations.
D. Electrical:
1. For Work in which the Contractor must install temporary electrical circuits:
a. An electrical safety assessment (that includes ARCFLASH) shall be
performed and provided to the Engineer.
b. The assessment shall be based on the NFPA 70 E (2012) Standard
c. Appropriate hazard labeling shall be provided.
2. For Work in which the Contractor installs electrical circuits required by the
specification:
a. An electrical shock and ARCFLASH assessment shall be performed
in accordance to the NFPA 70E (2012) Standard on installed
equipment.
b. Appropriate labels shall be made and installed on equipment rated
in excess of 480V (for example MCC, switchboards, panelboards,
industrial control panels, etc.).
c. Prior to labeling, the label shall be reviewed by the Engineer for
acceptance.
E. LOTO (Lock-Out Tag-Out): Title 8, California Code of Regulations requires
control of hazardous energy sources where any employee may be exposed to
potential harm.
1. The Contractor with its subs shall meet with the City to share and reach
agreement for implementation with LOTO plans and planning for any City
equipment, process, or machinery that shall be locked-out.
2. The distinction between LOTO and operational shut-down shall be made.
3. Share and implement the following components of the LOTO plan:
a. LOTO locations,
b. Lock-out and tag-out methods and equipment,

West Yost December 2016 01 35 24 - 9 Finished Water Pump Station


174-14-16-02 Project Safety Requirements Electrification, Phase 1
Project No. WT 7074
c. De-energization verification,
d. Log of locked and tagged locations,
e. Stated emergency types and breach policy,
f. Return-to-service practice and removal of lock and tags.

3.03 ACCIDENT REPORTS


A. Report any serious injury to the Engineer immediately. Examples of reportable
injuries: broken limbs, amputation, chemical asphyxia, etc. Contractor is solely and
exclusively responsible for notifying Cal/OSHA within 8-hours of the occurrence
of a serious injury or fatality. Also promptly report in writing to the Engineer all
accidents whatsoever arising out of, or in connection with, the performance of the
Work whether on, or adjacent to, the site, giving full details and statements of
witnesses. Reports shall document the root cause of the accident, if the accident
was preventable, and how the accident will be prevented from reoccurring. Furnish
further information to the City as requested.
B. If a claim is made by anyone against the Contractor or any subcontractor on account
of any accident, arising out of or in connection with the performance of the Work,
the Contractor shall promptly report the facts in writing to the Engineer, giving full
details of the claim.
C. Notify the Engineer if representatives of Cal/OSHA or any other regulatory agency
arrives at the job-site for any purpose, including inspections, consultations, or
investigations. The notification shall be made to the Engineer within 30-minutes of
the arrival of the representative to the project.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Project Safety Requirements shall not be measured.

4.02 PAYMENT
A. Payment for Project Safety Requirements shall be included in the various items
of work, and no additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 01 35 24 - 10 Finished Water Pump Station


174-14-16-02 Project Safety Requirements Electrification, Phase 1
Project No. WT 7074
SECTION 01 50 00

CONSTRUCTION FACILITIES AND UTILITIES

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Requirements for Contractors temporary facilities at the job site and for the
establishment of temporary utilities.

1.02 CONTRACTORS CONSTRUCTION OFFICE


A. Maintain a suitable office at the site.
B. Temporary office will be considered as the headquarters of the Contractors
representative whom is authorized to receive drawings, instructions, or other
communication or articles. Any communication given to the representative or
delivered at Contractors temporary office at the site in his absence is deemed to
have been delivered to the Contractor.
C. Maintain copies of the Drawings, Specifications, and other Contract documents at
Contractors temporary office at the site and make these available for use at all
times.

1.03 STAGING AREA


A. Before starting the work, submit a proposed plan and layout for all temporary
offices, sanitary facilities, storage areas, temporary water service and distribution,
and temporary power service and distribution.
B. Erect temporary security fence as appropriate. Contractor is responsible for the
security of the staging area. Owner and Engineer do not take any responsibility
for missing or damaged equipment, tools or personal belongings.
C. Store only those materials and equipment that are related to the construction
within the staging area.
WEST YOST GUIDE SPECIFICATION

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 SECURITY AND SAFETY


A. Security of the site shall be the Contractor's responsibility from commencement of
work until contract completion.
B. The Contractor shall provide and maintain such fences, barricades, signs, and
warning lights as may be required to provide safety against accidents.

West Yost December 2016 01 50 00 - 1 Finished Water Pump Station


174-14-16-02 Construction Facilities and Utilities Electrification, Phase 1
Project No. WT 7074
3.02 TEMPORARY ELECTRIC POWER
A. Contractor shall make provisions to obtain temporary electric power for use
during construction. The Contractor shall be responsible for obtaining a source of
electric power for construction.
B. Cost of electric power shall be borne by the Contractor.
C. The temporary electric power installation shall meet the construction safety
requirements of OSHA, state, and other governing agencies.

3.03 TEMPORARY TELEPHONE SERVICE


A. Provide telephone service at the construction site office. Cellular telephone
service is acceptable.
B. The Contractor is not permitted to use the Owner's telephone service.

3.04 TEMPORARY SANITARY FACILITIES


A. Provide toilet and wash-up facilities for the construction work force at the site of work.
B. Facilities shall comply with applicable laws, ordinances, and regulations
pertaining to the public health and sanitation of construction field offices,
dwellings, and camps.

3.05 TEMPORARY WATER SUPPLY


A. Use potable water for soil moisture conditioning, pipeline pressure testing and
other construction uses.
B. Obtain approvals and authorizations from the Owner of the public water
distribution system for use of water.
1. Make the necessary connections to the public water supply and install all
conveyance piping and truck filling facilities that are required to transport
water for the work.
2. Temporarily install valves, flow meters, air gaps, backflow preventers and
other appurtenances required by the Owner of the public water distribution
system to maintain the integrity of the existing water systems.

WEST YOST GUIDE SPECIFICATION


3. Remove temporary water facilities when no longer needed.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Construction Facilities and Utilities shall not be measured.

4.02 PAYMENT
A. Payment for Construction Facilities and Utilities shall be included in the
various items of work, and no additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 01 50 00 - 2 Finished Water Pump Station


174-14-16-02 Construction Facilities and Utilities Electrification, Phase 1
Project No. WT 7074
SECTION 01 57 19

ENVIRONMENTAL CONTROLS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Environmental controls to be maintained during construction.

1.02 APPLICABLE LAWS AND REGULATIONS


A. Comply with applicable Federal, State and local environmental, health and safety
laws and regulations.

1.03 SITE CLEANLINESS


A. Maintain work sites, staging areas, public roadways and private property clean
and free of rubbish and debris. Remove materials and equipment from the site
when they are no longer necessary for the Work.
B. Keep buildings that are occupied by the Contractor clear of refuse and debris and
in a reasonably neat condition.
C. Upon completion of the work and before final acceptance, clear work areas of
equipment, unused materials, and rubbish to present a clean and neat appearance.

1.04 HAZARDOUS MATERIALS


A. Handle paints, solvents, and other construction materials with care to prevent
contaminants from entering into sewers, storm drains, surface waters, or soils.
B. Develop an emergency response plan for spills of sewage, paint, oil, and other
hazardous materials.
C. In the event of a spill, immediately notify the Engineer, Owner and jurisdictional
agencies. Take proper measures to clean up spills of hazardous materials in
accordance with the emergency response plan, State, Federal, and local
WEST YOST GUIDE SPECIFICATION

regulations and manufacturers recommendations.

1.05 AIR POLLUTION CONTROL


A. Contractor shall not discharge smoke, dust, and other contaminants into the
atmosphere that violate the air pollution regulations for the area.
B. Do not idle internal combustion engines for prolonged periods of time.
C. Minimize dust nuisance by cleaning, sweeping and sprinkling work areas,
exposed soil, and haul roads with water or by powered brushing.

West Yost December 2016 01 57 19 - 1 Finished Water Pump Station


174-14-16-02 Environmental Controls Electrification, Phase 1
Project No. WT 7074
1.06 NOISE CONTROL
A. Comply with local controls and noise level rules, regulations, and ordinances
which apply to any work performed pursuant to the Contract. If the requirements
of this Section are more restrictive than those of the local regulations, the
requirements of this Section shall govern.
B. Minimize noise from construction equipment.
1. Whenever possible, utilize construction equipment powered by electric
motors rather than diesel or gas driven engines.
2. Locate construction equipment such as compressors and generators as far
from sensitive receptors as feasibly possible. Erect temporary sound
blankets around noisy equipment to mitigate noise propagation.
3. Equip internal combustion engines with a muffler and provide a noise
enclosure around stationary equipment such as engine-driven generators,
welders, compressors, and pumps. Use quiet package and hush
equipment.
4. Do not start-up machines or equipment prior to or after the specified
construction work hours.
C. Noise Complaints: Should a specific noise impact complaint occur, Engineer has
the prerogative to direct Contractor to implement one of the following noise
mitigation measures at Contractors expense:
1. Relocate stationary construction equipment away from the affected
property.
2. Shut off idling equipment.
3. Reschedule construction operations to avoid periods of noise annoyance
identified in the complaint.
4. Install temporary or portable acoustic barriers around stationary
construction noise sources.
5. Operate electric powered equipment using utility power.
D. Amplified sounds such as telephone, loudspeakers, and other forms of loud

WEST YOST GUIDE SPECIFICATION


communication that constitute a nuisance and potential disturbance shall not be
used.

1.07 CULTURAL RESOURCES


A. Immediately stop work within 100 feet of any area where evidence of cultural
resources such as chipped or ground stone, historic debris, building foundations or
human bone is discovered during ground disturbing activities.

1.08 STORMWATER POLLUTION PREVENTION & EROSION CONTROL PLANS


A. Contractor shall prepare a separate SWPPP and Erosion Control Plan for each
site. Minimum requirements are shown on the Drawings.

West Yost December 2016 01 57 19 - 2 Finished Water Pump Station


174-14-16-02 Environmental Controls Electrification, Phase 1
Project No. WT 7074
B. Contractor may not start work without City acceptance of the SWPPP and Erosion
Control Plans including installation of all BMPs and Erosion Control facilities.
C. Contractor to furnish and install all SWPPP and erosion control measures, maintain
SWPPP and erosion control measures throughout the duration of the project and
remove all SWPPP and erosion control measures at the end of the project.
D. Contractor to conduct all inspections and complete all reports as required in the
SWPPP.

1.09 DIRT AND MUD CONTROL


A. Contractor is responsible for preventing dirt, mud, and debris from accumulating
on streets, sidewalks, parking areas, or other paved surfaces and for maintaining
the cleanliness of these areas.
1. Track Out: Clean vehicle tires of mud and dirt before exiting the site.
2. Cover all dump truck loads and other loads that may result in debris
falling from the vehicle.
3. Sweeping Paved Areas:
a. Maintain cleanliness of paved areas used by the Contractor for the
duration of the project.
b. Sweep paved areas that have been used since the previous cleaning
on at least a weekly basis, or more frequently when directed by the
Engineer. Utilize regenerative air or vacuum pickup sweepers
together with proper dust control methods to remove sediment,
dust, dirt, and other matter from paved areas. Do not use excessive
water resulting in mud on public streets.

1.10 OIL SPILL PREVENTION AND CONTROL


A. Store fuel and oil in accordance with requirements of the Uniform Fire Code and
applicable National Fire Protection Association standards.
B. Assume responsibility for the prevention, containment, and cleanup of spilled oil,
fuel, and other petroleum products used in the Contractors operations.
WEST YOST GUIDE SPECIFICATION

Prevention, containment and cleanup costs shall be borne by the Contractor.


C. Periodically inspect fuel hoses, lubricating equipment, hydraulically operated
equipment, oil drums, and other devices for drips, leaks or signs of damage.
Maintain and properly store to prevent spills and vandalism.
D. Construct dikes around storage tanks, or locate tanks to prevent spills from
escaping to surface waters or drainage ditches.
E. Remove oils on land using sand, clay, sawdust or other absorbent material and
dispose in an acceptable manner. Store waste materials in drums or other leak
proof containers after cleanup and during transport to disposal.

West Yost December 2016 01 57 19 - 3 Finished Water Pump Station


174-14-16-02 Environmental Controls Electrification, Phase 1
Project No. WT 7074
PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Environmental Controls shall not be measured.

4.02 PAYMENT
A. Payment for Environmental Controls shall be included in the various items of
work, and no additional compensation will be made therefor.

END OF SECTION

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 57 19 - 4 Finished Water Pump Station


174-14-16-02 Environmental Controls Electrification, Phase 1
Project No. WT 7074
SECTION 01 61 00

MATERIALS AND EQUIPMENT

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Materials, equipment and products incorporated into the work.

1.02 MATERIAL AND EQUIPMENT REQUIREMENTS


A. Specified in individual specification Sections in Divisions 2 through 45.
B. Specifications are minimum requirements and manufacturers standard products
may require modifications to meet the specified requirements.
C. Provide products and equipment with all accessories, trim, finish, safety guards
and other devices needed for a complete and operational installation.
D. Products to be supplied in quantity shall be the same product from a single source
to provide standardization and interchangeability.

1.03 DEFINITIONS
A. Named Products:
1. Items identified by manufacturers product name and model number as
indicated in the manufacturers published product data.
B. Materials:
1. Products that are shaped, cut, worked, finished or otherwise fabricated or
installed to form a part of the Work.
C. Equipment:
1. A product with working parts, whether motorized or manually operated
that requires connections such as wiring or piping.
WEST YOST GUIDE SPECIFICATION

1.04 TRADE NAMES AND "OR APPROVED EQUAL" PROVISION


A. Whenever in the specifications or on the drawings materials or equipment to be
incorporated into the work are designated by brand or trade name, such
designation is intended to indicate a measure of quality and utility or as a
standard.
B. Except in those instances where the product is designated to match others in use
on a particular improvement either completed or in the course of completion, the
Contractor may not substitute any other brand of the product of equal quality and
utility unless on approval of the City of Vallejo, provided use of the substitute
product involves no extra cost to the City of Vallejo.

West Yost December 2016 01 61 00 - 1 Finished Water Pump Station


174-14-16-02 Materials and Equipment Electrification, Phase 1
Project No. WT 7074
1.05 PACKAGING AND MARKING
A. Equipment shall be protected against damage from moisture, dust, handling, or
other cause during transport from manufacturers premises to site. Each item or
package shall be marked with the number unique to the specification reference
covering the item.
B. 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.
C. Bearing housings, vents and other types of openings shall be wrapped or
otherwise sealed to prevent contamination by dust and dirt.

1.06 SHIPPING AND DELIVERY


A. Plan, order, coordinate and deliver materials and equipment in accordance with
the construction schedule to avoid delays and conflicts with the Work.
B. Deliver anchor bolts and bolt templates sufficiently early to permit setting and
placement in structural concrete.
C. Unload products in accordance with the manufacturers handling instructions.
Promptly inspect for completeness and evidence of damage during shipment.

1.07 HANDLING AND STORAGE


A. During the interval between the delivery of equipment to the site and installation,
all equipment, unless otherwise specified, shall be stored in an enclosed space
affording protection from weather, dust and mechanical damage and providing
favorable temperature, humidity and ventilation conditions to ensure against
equipment deterioration. Manufacturers recommendations shall be adhered to in
addition to these requirements.
B. Equipment and materials to be located outdoors may be stored outdoors if
protected against moisture condensation. Equipment shall be stored at least 6
inches above ground. Temporary power shall be provided to energize space
heaters or other heat sources for control of moisture condensation. Space heaters
or other heat sources shall be energized without disturbing the sealed enclosure.

WEST YOST GUIDE SPECIFICATION


C. Fabricated products, pipe and pipe appurtenances shall be handled, stored off the
ground on blocking or skids. Pipes with paint, tape coatings, linings or the like
shall be stored to protect the coating or lining from physical damage or other
deterioration. Pipes shipped with interior bracing shall have the bracing removed
only when recommended by the pipe manufacturer.
D. Store loose granular products in well-drained area on a solid surface to prevent
mixing with foreign matter. Cover products that are subject to erosion or
deterioration with plastic sheeting.
E. Store electrical, instrumentation and control products in a water-tight enclosure to
protect against damage from moisture, dust and corrosion.

West Yost December 2016 01 61 00 - 2 Finished Water Pump Station


174-14-16-02 Materials and Equipment Electrification, Phase 1
Project No. WT 7074
1.08 PROTECTION OF EQUIPMENT AFTER INSTALLATION
A. After installation, protect equipment from damage from, including but not limited
to, dust, abrasive particles, debris and dirt generated by the placement, chipping,
sandblasting, cutting, finishing and grinding of new or existing concrete, terrazzo
and metal; and from the fumes, particulate matter, and splatter from welding,
brazing and painting of new or existing piping and equipment.
B. As a minimum, vacuum cleaning, blowers with filters, protective shielding, and
other dust suppression methods will be required at all times to adequately protect
all equipment.
C. When sandblasting or when finishing concrete, all equipment that may be affected
by cement dust shall be completely covered. Electrical switchgear, substations
and motor load centers shall not be installed until after all concrete work and
sandblasting in those areas have been completed and accepted and the ventilation
systems installed.
D. During painting operations, all grease fittings and similar openings shall be
covered to prevent the entry of paint.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 INSPECTION
A. Prior to installation, inspect materials and equipment for signs of corrosion and
other effects of storage. Do not install material or equipment showing such
effects.
B. Remove damaged material from the site and expedite delivery of replacement
material or equipment. Delays to the Work resulting from material or equipment
damage that necessitates procurement of new products will be considered delays
that are within the Contractors control.

3.02 INSTALLATION
WEST YOST GUIDE SPECIFICATION

A. Handle, install, connect, clean and adjust products in accordance with the
manufacturers instructions.
B. Fill lubricant reservoirs and grease bearings prior to starting equipment. Use
lubricants recommended by the manufacturer of the equipment.
C. Recoat painted surfaces that are damaged prior to final acceptance of the Work.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Materials and Equipment shall not be measured.

West Yost December 2016 01 61 00 - 3 Finished Water Pump Station


174-14-16-02 Materials and Equipment Electrification, Phase 1
Project No. WT 7074
4.02 PAYMENT
A. Payment for Materials and Equipment shall be included in the various items of
work, and no additional compensation will be made therefor.

END OF SECTION

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 61 00 - 4 Finished Water Pump Station


174-14-16-02 Materials and Equipment Electrification, Phase 1
Project No. WT 7074
SECTION 01 71 13

MOBILIZATION AND DEMOBILIZATION

PART 1 - GENERAL

1.01 MOBILIZATION
A. Mobilization shall consist of preparatory work and operations, including, but not
limited to, those necessary for the movement of personnel, equipment, supplies,
and incidentals to the site; for the establishment of all facilities necessary for work
on the project; and for all other work and operations which must be performed, or
costs incurred prior to beginning work, on the various items on the project site.
B. Mobilization shall also include the construction of temporary access ways;
temporary fencing; and the necessary preparatory work required to allow for the
safe and stable movement of all vehicles that are required to construct the
improvements as shown.

1.02 DEMOBILIZATION
A. Demobilization shall consist of work and operations necessary to disband all
mobilized items and clean up the site. The removal of all temporary access ways,
signs, temporary fencing, and temporary facilities or works and the restoration of
surfaces to an equal or better than existing condition shall also be included as part
of demobilization.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Mobilization and Demobilization shall not be measured.
WEST YOST GUIDE SPECIFICATION

4.02 PAYMENT
A. Payment for Mobilization and Demobilization shall be made at the lump sum
price named in the Bid Schedule under Item No. 1 Mobilization and
Demobilization and shall constitute full compensation for furnishing all labor,
materials, tools, equipment, incidentals, and all the work necessary for completion
of the items described in this Section and in Section 01 00 25 under Bid Item No.
1, all in accordance with the requirements of the Contract Documents.

END OF SECTION

West Yost December 2016 01 71 13 - 1 Finished Water Pump Station


174-14-16-02 Mobilization and Demobilization Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT BLANK INTENTIONALLY)

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 71 13 - 2 Finished Water Pump Station


174-14-16-02 Mobilization and Demobilization Electrification, Phase 1
Project No. WT 7074
SECTION 01 75 17

EQUIPMENT AND SYSTEM TESTING

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Requirements for the Contractors testing of mechanical, electrical, and
instrumentation equipment and systems provided under this Contract.
B. The requirements contained in this Section supplement, but do not supersede,
specific testing requirements found elsewhere in the Contract Documents.

1.02 REFERENCED SECTIONS


A. The following Section is referenced in this Section
1. Section 01 33 00 Submittals

1.03 COORDINATION
A. Coordinate with the equipment suppliers for functional and performance testing and
facility startup. Minimum levels of on-site installation and testing assistance
required of the equipment suppliers is described in separate Sections.
B. Coordinate the activities of subcontractors and equipment suppliers to implement
the requirements of this Section.

1.04 SUBMITTALS
A. Prepare and submit in accordance with Section 01 33 00.
B. Independent Testing Labs: When testing by an independent laboratory is specified,
provide credentials and certifications to demonstrate capabilities.
C. Test Instruments Calibration: Certification that test instruments used in the testing
procedure have been calibrated to an acceptable and recognized standard.
D. Testing Schedule: For each piece of equipment or system, provide a testing
schedule and updates as appropriate. Submit at least 20 working days prior to the
scheduled start of testing. Confirm the test schedule, or provide an updated schedule
4 days prior to the start of testing.
E. Testing Plan: Describe step by step procedure that will be utilized to systematically
test equipment and systems.
F. Test Results:
1. Factory Test Results: Results of equipment tests performed by the
equipment supplier at the point of manufacture and prior to shipping the
equipment to the site.
2. Results of the Pre-Operational Test.

West Yost December 2016 01 75 17 - 1 Finished Water Pump Station


174-14-16-02 Equipment and System Testing Electrification, Phase 1
Project No. WT 7074
3. Results of the Functional Test.
4. Results of the Operational and Performance Tests.
G. Testing Form
1. Instrumentation Data and Calibration Record Test Form (located at the end
of this Section) showing the format and level of detail required for the
documentation forms.
H. Manufacturers Field Certification
1. Submit a Manufacturers Installation Certification Form (located at the end
of this Section) after the manufacturers Field Representative has completed
the specified field services and testing. Submit the certification prior to
Manufacturer's Representative leaving the plant site.

1.05 DOCUMENTATION REQUIREMENTS


A. Develop and implement a records keeping system to document compliance with the
requirements of this Section.
B. Document date of test, equipment number or system name, nature of test
(performance or operational), test objectives, test results and test instruments used
during the test. Provide signature spaces for the Engineer and the Contractor.

1.06 TEST PLANS


A. Develop test plans in cooperation with the equipment suppliers detailing the
coordinated, systematic testing of each item of equipment and system provided
under this Contract.
B. Make test plans specific to the item of equipment or system to be tested. Identify
by specific equipment or tag number each device or control station to be
manipulated, observed or tested during the test procedure and the specific results to
be observed or obtained.
C. Identify the responsibility of subcontractors and suppliers who will participate in
the tests and list the names of manufacturers representatives to be present during
the duration of the test.
D. Provide step-by-step procedures for testing control and electrical circuits to affirm
that the circuit is properly identified and connected to the proper device.
E. Undertake performance tests in a manner that will duplicate the actual operating
conditions that will be encountered.

1.07 TESTING SCHEDULE


A. Prepare a testing schedule setting forth the sequence contemplated for performing
the test work. Identify the contemplated start date, duration of the test and
completion of each test.

West Yost December 2016 01 75 17 - 2 Finished Water Pump Station


174-14-16-02 Equipment and System Testing Electrification, Phase 1
Project No. WT 7074
1.08 TEST RESULTS
A. Test results shall be within the tolerances set forth in the detailed specification
sections of the Contract Documents. If no tolerances have been specified, test
results shall conform to tolerances established by recognized industry practice.
B. Retesting: If any portion of the work should fail to fulfill the Contract requirements
and is adjusted, altered, renewed, or replaced, tests on that portion, together with
all other portions of the work as are affected thereby, shall be repeated within
reasonable time and in accordance with the specified conditions.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 GENERAL
A. The objective of the testing program is to demonstrate, to the Engineers complete
satisfaction, that the systems and equipment provided under this Contract meet the
specified performance requirements.
B. Testing program also provides a base-line operating condition for the Owner to use
in a preventative maintenance program.
C. Testing sequence consists of Pre-Operational Checkout, Functional Tests,
Performance Testing and Operational Testing. These tests are required regardless
of whether Factory Tests were conducted on the same piece of equipment or
system.
D. Each item of mechanical, electrical, and instrumentation equipment installed under
this Contract shall be tested by the Contractor to demonstrate compliance with the
performance requirements of this project.
E. Provide labor, outside services, materials, test equipment and other items required
to complete the specified testing and startup requirements.
F. Furnish temporary power (including generator if necessary), conduit, cables, plugs,
water, chemicals, fuel, oil, grease and other materials needed to conduct the
specified tests.
G. Install temporary valves, gauges, piping and other materials required to conduct the
specified tests.

3.02 PRE-OPERATIONAL CHECKOUT


A. Pre-Operational Checkout shall be undertaken by the manufacturers field
representative.
B. Pre-Operational Checkout includes basic checks of the equipment installation prior
to starting the equipment to determine if the equipment and related components
have been correctly installed and is ready for starting.

West Yost December 2016 01 75 17 - 3 Finished Water Pump Station


174-14-16-02 Equipment and System Testing Electrification, Phase 1
Project No. WT 7074
C. Pre-Operational Checkout includes the following:
1. Alignment of equipment, shafts and shaft couplings, drives, belts and pulleys.
2. Filling and checking lubrication reservoirs.
3. Checking shaft seals, packing and seal lubrication system.
4. Manufacturers recommendations for pre-start preparation.
5. Proper motor rotation
6. Circuit continuity testing, electrical testing, and instrumentation and control
system testing in accordance with the requirements of Division 16.
7. Demonstrate operational controls function as intended.
8. Calibration and adjustment of electrical and instrumentation devices.
9. Verify torque settings.
D. Verify tanks, pipes, conduits, vessels and equipment are clean and free of debris
that may interfere with the testing or operation of the equipment. Remove debris
prior to start of testing.
E. Following completion of the Pre-Operational Checkout, the manufacturers field
representative shall complete and sign a field certification form and submit to the
Engineer.

3.03 FUNCTIONAL TESTS


A. After successful completion of the Pre-Operational Checkout, start individual items
of equipment and systems and operate under simulated operating conditions to
determine as nearly as possible whether the equipment and systems meet the
requirements of these specifications.
B. Operate the equipment for a sufficient period of time to determine machine
operating and characteristics, including noise, temperatures and vibration; to
observe and document performance characteristics; and to permit initial adjustment
of operating controls.
C. Obtain baseline operating data on all equipment with motors greater than 10
horsepower to include amperage draw, bearing temperatures, and vibration as
required. This baseline data will be collected for the Owner to enter in their
preventive maintenance system.
D. Post-Test Inspection: When Functional Tests have been completed, recheck
equipment for proper alignment, unacceptably loose connections, unusual
movement, or other indications of improper operating characteristics. Correct any
deficiencies to the satisfaction of the Engineer.
E. Machines or devices which exhibit unusual or unacceptable operating
characteristics shall be disassembled and inspected. Repair any defects found
during the course of the inspection and identify and correct the cause of such defect.
Replace specific parts, or the entire equipment item, to the complete satisfaction of
the Engineer at no cost to the Owner.

West Yost December 2016 01 75 17 - 4 Finished Water Pump Station


174-14-16-02 Equipment and System Testing Electrification, Phase 1
Project No. WT 7074
3.04 OPERATIONAL AND PERFORMANCE TESTS
A. After successfully completing functional tests, conduct an operational test of each
system to verify correct operation. During the operational test, conduct
performance testing to verify that the system complies with the performance
requirements contained in the individual equipment specifications.
B. Owners operating personnel will fill process units and process systems with water
and other process fluids to allow the Contractor to conduct the operational tests.
C. Upon completion of the filling operations, operate all parts of each system for a
continuous, uninterrupted period of not less than 8 hours. During this period, the
Contractor and shall undertake performance testing and shall monitor the
characteristics of each machine according to manufacturer information and
specifications and report any unusual conditions to the Engineer.
D. Undertake performance tests of mechanical, electrical, HVAC, and instrumentation
equipment and systems to demonstrate and confirm compliance with the
performance requirements specified in the individual equipment specifications.
E. Should the operational testing be halted for any reason related to the facilities
constructed or the equipment furnished under this Contract, the operational testing
program shall be repeated until the specified continuous period has been
accomplished without interruption.
F. Following successful completion of the Operational Test, commissioning of the
system may begin.

END OF SECTION

West Yost December 2016 01 75 17 - 5 Finished Water Pump Station


174-14-16-02 Equipment and System Testing Electrification, Phase 1
Project No. WT 7074
INSTRUMENTATION DATA AND CALIBRATION RECORD TEST FORM

Component Description
Component Tag Name
Manufacturer Location
Name Site
Model
Serial # Equip

Range Unit General Notes


1) Attach Calibration Curves for dp Flowmeters
Indicator Range
2) Include mounting elevations for level Instruments
Input Range 3) All entries within solid box to be typed in prior to
start of test
Output Range

Designed Calibration Measured Calibration


Input Eng.
Signal Output Value Input Output Comments

Notes:

Tested by Witnessed by
(print name) (print name)

Signature Signature
Date Date

West Yost December 2016 01 75 17 - 6 Finished Water Pump Station


174-14-16-02 Equipment and System Testing Electrification, Phase 1
Project No. WT 7074
MANUFACTURER'S INSTALLATION CERTIFICATION FORM

Contract No: Specification Section:


Equipment Name
Contractor:
Manufacturer of Equipment Item:

The undersigned manufacturer of the equipment item described above hereby certifies that he has
checked the installation of the equipment and that the equipment, as specified in the project
manual, has been provided in accordance with the manufacturer's recommendations and that the
trial operation of the equipment item has been satisfactory.

Comments:

Date Manufacturer

Signature of
Authorized Representative

Date Contractor

Signature of
Authorized Representative

West Yost December 2016 01 75 17 - 7 Finished Water Pump Station


174-14-16-02 Equipment and System Testing Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT BLANK INTENTIONALLY)

West Yost December 2016 01 75 17 - 8 Finished Water Pump Station


174-14-16-02 Equipment and System Testing Electrification, Phase 1
Project No. WT 7074
SECTION 01 77 00

CONTRACT CLOSEOUT PROCEDURES

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Administrative and procedural requirements for contract closeout.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section
1. Section B General Provisions
2. Section 01 78 39 Record Drawings

1.03 FINAL CLEANING


A. Immediately prior to submittal of a request for inspection for Substantial
Completion, clean the project site and make ready for Owners use and
occupancy.
B. Employ experienced workers or professional cleaners for final cleaning.
C. Complete the following cleaning operations:
1. Clean the project site, yard and grounds which were disturbed by
construction activities. Remove rubbish, waste material, litter and other
foreign material.
2. Sweep paved areas, remove oil stains, grease, dust and dirt.
3. Remove tools, construction equipment, machinery, storage sheds,
temporary fences and surplus material.
4. Broom clean sidewalks and concrete floors.
5. Wipe surfaces of mechanical and electrical equipment, remove excess
WEST YOST GUIDE SPECIFICATION

lubrication, paint splatter and mortar droppings.


6. Remove erosion control devices when bare soils are sufficiently
revegetated to prevent on-site or off-site soil erosion.

1.04 SUBSTANTIAL COMPLETION


A. Comply with procedural requirements for Substantial Completion as specified in
Section A, General Provisions.
B. Prior to requesting inspection for Substantial Completion, complete and submit
the following:
1. List of items to be completed or corrected (punch list). Organize list by
facility, space, system and piece of equipment.

West Yost December 2016 01 77 00 - 1 Finished Water Pump Station


174-14-16-02 Contract Closeout Procedures Electrification, Phase 1
Project No. WT 7074
2. Specific warranties, bonds, maintenance service agreements, final
certifications and similar documents.
C. Inspection for Substantial Completion:
1. Engineer, Owner and Contractor shall jointly walk through and inspect the
project site to determine whether the Work is satisfactory and
Substantially Complete.
2. The Contractors punch list will be reviewed and additional items
identified during the inspection requiring corrective actions will be added
to the list as determined by the inspection.

1.05 FINAL COMPLETION


A. Final Completion Submittals:
1. Prior to submitting final Application for Payment, complete and submit
the following:
a. Project Record Drawings. Refer to Section 01 78 39.
b. Guaranty and Warranties.
c. Punch List with all corrective actions completed and ready for
Final Inspection.
d. Releases from Agreements with property owners or public
agencies.
e. Releases or Waivers of Liens and Claims.
f. Evidence of final, continuing insurance coverage complying with
insurance requirements.
g. Consent of Surety to Final Payment.
B. Final Inspection:
1. Submit written request for final inspection for Project Acceptance.
2. Engineer will either proceed with the inspection or advise Contractor of
unfulfilled requirements.

1.06 FINAL APPLICATION FOR PAYMENT

WEST YOST GUIDE SPECIFICATION


A. Following a satisfactory Final Inspection and receipt of a final Certificate of
Completion from the Engineer, submit the final Application for Payment in
accordance with the procedures and requirements specified in Section B, General
Provisions.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

West Yost December 2016 01 77 00 - 2 Finished Water Pump Station


174-14-16-02 Contract Closeout Procedures Electrification, Phase 1
Project No. WT 7074
PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Contract Closeout Procedures shall not be measured.

4.02 PAYMENT
A. Payment for Contract Closeout Procedures shall be included in the various
items of work, and no additional compensation will be made therefor.

END OF SECTION
WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 77 00 - 3 Finished Water Pump Station


174-14-16-02 Contract Closeout Procedures Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT BLANK INTENTIONALLY)

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 77 00 - 4 Finished Water Pump Station


174-14-16-02 Contract Closeout Procedures Electrification, Phase 1
Project No. WT 7074
SECTION 01 78 39

RECORD DRAWINGS

PART 1 - GENERAL

1.01 SUMMARY
A. Record Drawings are documents maintained and annotated by the Contractor
during construction to illustrate the final location of piping, equipment, electrical
conduits, outlet boxes and cables.
B. Record changes or deviations that vary from the details indicated on the original
Contract Documents. Identify buried or concealed construction and utility features
that are revealed during the course of construction. Record the horizontal and
vertical location of buried utilities that differ from the locations indicated, or
which were not indicated on the Contract Documents.
C. When the configuration and arrangement of the Work is changed from that
indicated on the Contract Drawings or specified in the Project Manual, the
authorizing document for the change, such as a Request for Information, Change
Order, Shop Drawing, or Field Order, shall be clearly referenced on the Record
Drawings as a comment.
D. Supplement the Record Drawings with detailed layout sketches, schedules,
installation drawings and fabrication drawings.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 RECORD DRAWINGS


A. Record Drawings shall be full size and maintained in a clean and legible
condition. Engineer will provide one set of full size Drawings for use as a Record
Drawing set.
WEST YOST GUIDE SPECIFICATION

B. Do not use the Record Drawing set for construction purposes.


C. At the completion of the work, but prior to final payment, submit the Record
Drawing set to the Engineer.
D. Marking of the drawings shall be kept current and shall be done at the time the
material and equipment are installed.
E. Annotations to the Record Drawings shall be legible and shall be made with an
erasable colored pencil conforming to the following color code:
1. Additions and Final Dimensions - Red
2. Deletions - Green
3. Comments - Blue

West Yost December 2016 01 78 39 - 1 Finished Water Pump Station


174-14-16-02 Record Drawings Electrification, Phase 1
Project No. WT 7074
F. Engineer will review the Contractors updated Record Drawing mark-ups on a
monthly basis during the evaluation of each progress payment.
1. Progress payment approval is contingent upon complete and up-to-date
Record Drawing mark-ups.
2. Payment approval will be delayed if mark-up drawings are not up-to-date.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Record Drawings shall not be measured.

4.02 PAYMENT
A. Payment for Record Drawings shall be included in the various items of work,
and no additional compensation will be made therefor.

END OF SECTION

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 78 39 - 2 Finished Water Pump Station


174-14-16-02 Record Drawings Electrification, Phase 1
Project No. WT 7074
SECTION 01 89 00

RESTORATION OF IMPROVEMENTS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Restoration of work areas after installation and construction of new facilities.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 STRUCTURES
A. Take precautions to protect the integrity and usefulness of existing facilities.
B. If necessary, remove existing structures including curbs, gutters, pipelines, and
utility poles, as necessary for the performance of the work.
1. Repair existing structures that are damaged as a result of the Work under
this contract
2. Rebuild or replace the structures in as good a condition as originally
found.

3.02 ROADS AND STREETS


A. Asphalt pavement that has been removed, broken, or damaged, or in which the
ground has caved or settled during the work under this contract, shall be brought
to original grade and section and resurfaced.
B. Before resurfacing material is placed, sawcut edges of pavement to provide clean
solid vertical faces.
C. Complete pavement repair in accordance with in accordance with the City of
Vallejo requirements.
WEST YOST GUIDE SPECIFICATION

3.03 CULTIVATED AREAS AND OTHER SURFACE IMPROVEMENTS


A. Restore cultivated or planted areas and other surface improvements damaged by
construction as nearly as possible to their original condition.
B. Repair existing guard posts, barricades, and fences that are damaged.
C. Replace damaged plantings with new plantings of the same type or as acceptable
to the Owner

West Yost December 2016 01 89 00 - 1 Finished Water Pump Station


174-14-16-02 Restoration of Improvements Electrification, Phase 1
Project No. WT 7074
3.04 PROTECTION OF EXISTING INSTALLATIONS
A. Immediately repair or replace existing equipment, controls, structures, or facilities
which are damaged as part of the Work.
B. Take measures that are necessary to ensure that construction debris and materials
are kept out of the wastewater system.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Restoration of Improvements shall not be measured.

4.02 PAYMENT
A. Payment for Restoration of Improvements shall be included in the various items
of work, and no additional compensation will be made therefor.

END OF SECTION

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 01 89 00 - 2 Finished Water Pump Station


174-14-16-02 Restoration of Improvements Electrification, Phase 1
Project No. WT 7074
SECTION 02 20 00

SITE PREPARATION

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Site preparation work, as follows:
1. Locating existing facilities.
2. Installing safety and protective barriers.
3. Constructing temporary access roads, work areas and storage areas.
4. Clearing, grubbing, stripping, and other initial work required for earthwork
and trenching operations.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section
1. Section 01 33 00 Submittals
2. Section 02 30 00 Subsurface Investigations

1.03 DEFINITIONS
A. Clearing: Consists of removal of natural obstructions and man-made objects and
features including foundations, buildings, fences, lumber, stumps, debris, rubbish,
brush, trees, boulders, and other items that interfere with construction operations or
are specifically designated for removal.
B. Stripping: Includes the removal and disposal of sod, grass, weeds, roots, and other
organic material remaining after clearing has been completed.

1.04 SUBMITTALS
A. Comply with Section 01 33 00.
WEST YOST GUIDE SPECIFICATION

B. Submit:
1. Materials used and layout of temporary fences
2. Proposed staging and stockpile locations.

PART 2 - PRODUCTS

2.01 TEMPORARY FENCES


A. Type: Heavyweight, high visibility, flat laminar mesh design.
B. Material: High-density polyethylene.
C. Height: 48 inches.

West Yost December 2016 02 20 00 - 1 Finished Water Pump Station


174-14-16-02 Site Preparation Electrification, Phase 1
Project No. WT 7074
D. Posts: Wood or metal posts at 10-foot spacing. Secure fence to posts with plastic
cable ties.

PART 3 - EXECUTION

3.01 LOCATING EXISTING FACILITIES


A. Review the design drawings, maps, and other sources of information and identify
existing facilities at the site to determine and mark the approximate locations of
underground facilities.
B. Follow rules adopted by the USA North 811 regarding locating and marking
existing buried utilities and contact owners of existing underground utilities prior
to beginning work in the vicinity of their utilities.
C. Refer to Section 02 30 00. Locate all existing utilities by exploratory excavations
after field marking by the utility agencies and prior to any excavations in the
affected areas.

3.02 SAFETY AND PROTECTIVE BARRIERS


A. Along Public Roadways:
1. Install appropriate barriers such as temporary fencing, plastic drums, or
concrete traffic barriers to protect public from construction areas and to
protect workers and existing facilities from danger of passing vehicles.
B. Temporary Fences:
1. Prior to beginning excavation, erect temporary fences along boundaries of
excavation or as indicated on the Drawings.
2. Maintain work activities within the confines of the temporary fences.
3. Remove temporary fences when work in the vicinity is substantially
complete.
C. Existing Trees: Erect temporary fences around trees at the drip line that are adjacent
to the Work and may be subject to damage unless protected. Maintain work
activities outside of protected areas.

WEST YOST GUIDE SPECIFICATION


D. Provide protective concrete slabs, steel plates or encasements for existing buried
facilities that may be damaged by Contractors equipment and vehicles.

3.03 PRIMARY SITE ACCESS, WORK AND STORAGE AREAS


A. Develop primary access routes, work areas and storage areas as indicated on the
Drawings.
B. Clean up areas at the conclusion of the project and return the areas to their original
or better condition.

West Yost December 2016 02 20 00 - 2 Finished Water Pump Station


174-14-16-02 Site Preparation Electrification, Phase 1
Project No. WT 7074
3.04 CLEARING
A. Clear construction areas of objectionable items and material, which, if left in place,
would interfere with the proper performance of the work.
B. Remove loose boulders within 10 feet from the tops of cut slopes. Incorporate
boulders into landscaping or remove from the site.
C. Dispose of material from clearing operations in an acceptable off-site location.

3.05 STRIPPING
A. Remove the top layer of soil containing sod, grass, weeds and other vegetation from
areas that will be affected by construction and site grading operations.
B. Extend stripped areas at least 4 feet beyond the limits of cut and fill areas.
C. Dispose of stripped material in an acceptable off-site location.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Site Preparation shall not be measured.

4.02 PAYMENT
A. Payment for Site Preparation shall be included in the various items of work, and
no additional compensation will be made therefor.

END OF SECTION
WEST YOST GUIDE SPECIFICATION

West Yost December 2016 02 20 00 - 3 Finished Water Pump Station


174-14-16-02 Site Preparation Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT BLANK INTENTIONALLY)

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 02 20 00 - 4 Finished Water Pump Station


174-14-16-02 Site Preparation Electrification, Phase 1
Project No. WT 7074
SECTION 02 30 00

SUBSURFACE INVESTIGATIONS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Requirements for subsurface investigations for locating existing utilities and points
of connection to existing systems

1.02 REFERENCED SECTIONS


A. The following Section is referenced in this Section:
1. Section 01 33 00 Submittals

1.03 SUBMITTALS
A. Comply with Section 01 33 00 and submit completed subsurface investigation report.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 GENERAL
A. Contact Underground Services Alert (USA North 811) and have existing utilities
marked prior to performing field investigations.
B. No additional compensation will be provided for locating utilities whether or not
the utility is shown with reasonable accuracy on the Drawings.
C. Survey of existing utility field locations shall be conducted by a firm or individual
that possesses a valid state registration for land surveying. Provide survey
information using the same basis used for the Project.

3.02 FIELD INVESTIGATIONS


WEST YOST GUIDE SPECIFICATION

A. Perform field investigations prior to preparation of Shop Drawings for underground


piping, and prior to excavation for installation of any underground facilities.
B. Field locate existing underground utilities and other interferences shown on the
Drawings or marked by USA and facilities where connections will be made as part
of the Work. At a minimum, locate the following existing underground facilities:
1. Crossing utilities up to 2 feet beneath the proposed utility or structure
subgrade.
2. Parallel utilities within 5 feet of the nearest trench wall of proposed utility
or structure. Locate parallel utilities at a minimum every 100 feet. Decrease
the spacing as necessary to accommodate fluctuations in the alignment of
the existing utility.

West Yost December 2016 02 30 00 - 1 Finished Water Pump Station


174-14-16-02 Subsurface Investigations Electrification, Phase 1
Project No. WT 7074
3. Proposed connections to existing underground utilities or facilities.
4. Any other existing underground utility or facility that may affect the
installation of the proposed underground facilities.
C. Determine the following properties of each existing underground utility and
interference.
1. Horizontal location, including the design station or coordinates where the
existing utility will cross or interfere with the proposed underground
facility.
2. Elevation of the top and bottom of the existing utility. For round utilities,
bottom elevation can be estimated provided the outside diameter of the
utility is determined. For box-shaped utilities or conduit banks, excavate to
the bottom of the utility to determine the bottom elevation.
3. The utility size, material type, and type of existing backfill
D. Determine the following properties for each connection to existing underground
utilities or structures:
1. Horizontal location of the proposed connection point.
2. Elevation of the top and bottom at the proposed connection point.
3. Horizontal and vertical angle of existing utility in reference to the proposed
underground utility.
4. The utility size, material type, and type of existing backfill
E. Prepare a detailed field investigation report to include the information described
above. Organize the report by station.
F. Following excavation and field date gathering, backfill excavations, and within
paved areas, restore the surface pavement to match the material and thickness of
the pre-investigation pavement unless otherwise required by the jurisdiction having
authority over the pavement repairs.

PART 4 - MEASUREMENT AND PAYMENT


4.01 MEASUREMENT

WEST YOST GUIDE SPECIFICATION


A. Subsurface Investigations shall not be measured.
4.02 PAYMENT
A. Payment for Subsurface Investigations shall be made at the lump sum price named
in the Bid Schedule under Item No. 4 Verification of Existing Utilities and Facilities
and shall constitute full compensation for furnishing all labor, materials, tools,
equipment, incidentals, and all the work involved and necessary for verification of
the location and elevation of the existing utilities and facilities, including excavation,
surveying, backfill, compaction, and preparation of field investigation report, all in
accordance with the requirements of the Contract Documents.

END OF SECTION

West Yost December 2016 02 30 00 - 2 Finished Water Pump Station


174-14-16-02 Subsurface Investigations Electrification, Phase 1
Project No. WT 7074
SECTION 02 42 00

DEMOLITION AND ABANDONMENT

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Demolition and abandonment of existing facilities.

1.02 REFERENCED SECTIONS


A. The following Section is referenced in this Section
1. Section 01 33 00 Submittals
2. Section 02 42 13 Recyclable Materials
3. Section 31 00 00 Earthwork

1.03 SUBMITTALS
A. Comply with Sections 01 33 00 and 02 42 13
B. Description of removal procedures for careful removal of materials and equipment
and the protection of facilities which are to remain undisturbed.
C. Time schedule for demolition work. Show demolition in relation to new
construction, including any temporary facilities.

1.04 EXISTING CONDITIONS


A. Prior to the submittal of Bids, Contractor shall visit the site and inspect all facilities
to become familiar with existing conditions and utilities.

1.05 REGULATORY REQUIREMENTS


A. Dispose of debris in accordance with the requirements of jurisdictional agencies.
B. Comply with applicable air quality control regulations.
WEST YOST GUIDE SPECIFICATION

C. Obtain necessary permits for building demolition, transportation of debris to


disposal site(s) and dust control.
D. Erect appropriate safety devices to protect the general public, Owners operations
personnel, and workers from the hazards of demolition activities. Install barriers,
guard rails and fences, and provide appropriate warning signs.

1.06 BURNING
A. The use of burning at the project site for the disposal of refuse, debris, and waste
materials will not be permitted.

West Yost December 2016 02 42 00 - 1 Finished Water Pump Station


174-14-16-02 Demolition and Abandonment Electrification, Phase 1
Project No. WT 7074
PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 GENERAL
A. The Drawings identify the major equipment and facilities to be removed and
demolished, or abandoned. Auxiliary utilities such as water, air, drainage,
lubrication oil, electrical wiring, controls, and instrumentation are not necessarily
shown. Remove auxiliary utilities, as well as equipment and pipe supports and
associated instrumentation devices pertaining to piping or equipment designated to
be removed.

3.02 PROTECTION OF EXISTING FACILITIES


A. Before beginning any cutting, trenching, or demolition work, carefully survey the
existing work and examine the Contract Documents to determine the extent of the
Work.
B. Take precautions to prevent damage to facilities which are to remain in place, and
be responsible for any damages to these facilities resulting from this work. Repair
or replace damages to such work to return the facilities to its pre-existing condition
at no additional cost to the Owner.

3.03 REMOVAL AND DEMOLITION


A. Demolish structures and equipment in an orderly and safe manner.
B. Remove and dispose of material not identified for salvage.
C. Minimize dust by sprinkling with water.
D. Backfill excavations caused by demolition in accordance with Section 31 00 00.

3.04 BURIED PIPELINES


A. Where buried pipelines are shown to be removed on the Drawings, they may be
abandoned in place if there is no conflict with proposed construction and they are
not located under or within 10 feet of any proposed structure.

WEST YOST GUIDE SPECIFICATION


3.05 ASBESTOS CEMENT PIPE
A. Remove and dispose of asbestos cement pipe disturbed during the performance of
the Work. Remove and dispose in accordance with all Federal, State and local laws,
regulations, requirements and guidelines.
B. Notify all appropriate authorities prior to performing work related to removal and
disposal of asbestos cement pipe.
C. Provide landfill disposal weight records to Engineer for use as the basis of unit price
payment.

West Yost December 2016 02 42 00 - 2 Finished Water Pump Station


174-14-16-02 Demolition and Abandonment Electrification, Phase 1
Project No. WT 7074
D. Where necessary to connect into existing City asbestos cement potable water lines,
perform work in accordance with all Federal, State and local laws, codes,
requirements and guidelines.

3.06 DISPOSAL OF DEMOLISHED MATERIALS


A. Comply with Section 02 42 13.
B. Concrete, site debris, rubbish, and other materials resulting from demolition
operations, as well as mechanical and electrical equipment designated to be
demolished, shall be the property of the Contractor and shall be legally disposed of
at the Contractors expense.

3.07 CLEANING
A. During and upon completion of the demolition operations, promptly remove unused
tools and equipment, surplus materials, rubbish, debris, and dust and shall leave
work areas in a clean condition.
B. Do not sweep, grade, or flush surplus materials, rubbish, or debris into storm drains,
channels, lakes, or streams.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Demolition and Abandonment shall not be measured.

4.02 PAYMENT
A. Payment for Demolition and Abandonment shall be included in the various items
of work, and no additional compensation will be made therefor.

END OF SECTION
WEST YOST GUIDE SPECIFICATION

West Yost December 2016 02 42 00 - 3 Finished Water Pump Station


174-14-16-02 Demolition and Abandonment Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT BLANK INTENTIONALLY)

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 02 42 00 - 4 Finished Water Pump Station


174-14-16-02 Demolition and Abandonment Electrification, Phase 1
Project No. WT 7074
SECTION 02 42 13

RECYCLABLE MATERIALS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Procedures for preparing a Waste Management Plan (WMP).

1.02 REFERENCED SECTION


A. The following Section is referenced in this Section
1. Section 01 33 00 Submittals

1.03 SUBMITTALS
A. Comply with section 01 33 00.
B. Submit: Proposed WMP.

1.04 SUMMARY
A. The City of Vallejo is making an effort to recycle the materials for this project. A
WMP is required for this project. Many of the materials of this project, such as
steel, asphalt concrete, and Portland cement concrete can be recycled.
B. The Contractor is required to list in the WMP the materials that will be recycled, or
disposed, resulting from the project. The Contractor is required to recycle a
minimum of 50% for construction and demolition debris generated by this project.
Hazardous materials shall be discounted in the calculation of recycle requirement.
C. The Waste Management Plan (WMP) shall indicate:
1. The total weight of project debris, by materials type, generated.
2. The maximum volume or weight of such materials that can feasibly be
diverted via recycling.
3. The vendor or facility that the Contractor proposes to use to collect or
receive that material.
4. The weight of demolition materials that will be land filled.
5. Project square footage.
D. If the Contractor experiences unique circumstances that they believe make it
infeasible to comply with the Citys diversion requirement, the Contractor may
apply for an exemption at the time they submit the WMP.

West Yost December 2016 02 42 13 - 1 Finished Water Pump Station


174-14-16-02 Recyclable Materials Electrification, Phase 1
Project No. WT 7074
PART 2 - MATERIALS (NOT USED)

PART 3 - EXECUTION

3.01 GENERAL
A. To fulfill the requirement of the WMP, the Contractor is required to separate the
demolition debris by sorting on-site into distinct containers or stockpile for each
type of material proposed to be recycled, as well as a separate container for refuse.
B. After segregation and prior to transport, Engineer shall inspect containers or
stockpile for each type of material to be recycled.
C. Contractor shall assume ownership of the demolished materials at the
commencement of the project.
D. Contractor shall fill out and submit Waste Management Plan sheet and table to
Engineer upon completion of transport of demolition materials to recycling facility.
Contractor shall ensure that facilities provide them with recycling and/or disposal
receipts to compile and submit to City as supporting documentation for WMP.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Recyclable Materials shall not be measured.

4.02 PAYMENT
A. Payment for Recyclable Materials shall be included in the various items of work,
and no additional compensation will be made therefor.
B. Documentation, including receipts showing actual weights of all material recycled
and disposed must be submitted on a regular basis before issuance of payment.

West Yost December 2016 02 42 13 - 2 Finished Water Pump Station


174-14-16-02 Recyclable Materials Electrification, Phase 1
Project No. WT 7074
CITY OF VALLEJO
WASTE MANAGEMENT PLAN

The required goal is to recycle at least 50% for construction & demolition debris.

Use tons or cubic yards to quantify total estimated waste and percentages for materials. Ask your
hauler, recycler or site cleanup vendor to assist you with this plan. Receipts of all recycling and
disposal must be submitted after project completion.

Project Name: Finished Water Pump Station Electrification, Phase 1 (WT7074)

Location: Fleming Hill WTP in the City of Vallejo, Solano County, California

Type of Project: New Construction Demolition Renovation

Type of Construction: (concrete, steel, etc.)

Value of Project:

Bidder:

Company Name:

Address:

Phone / FAX:

Questions regarding recycling: Call Derek Crutchfield, Recycling Coordinator at (707) 648-
5346.

Submit this form and the attached Waste Management plan to the Assistant Public Works
Director/Water prior to invoice.

SHEET 1 OF 2

West Yost December 2016 02 42 13 - 3 Finished Water Pump Station


174-14-16-02 Recyclable Materials Electrification, Phase 1
Project No. WT 7074
CITY OF VALLEJO
WASTE MANAGEMENT PLAN FOR
CONSTRUCTION & DEMOLITION PROJECT

Project Name: Finished Water Pump Station Electrification, Phase 1 (WT7074)

Total Percentage Percentage Actual Waste


Percentage Recycled Disposed Collection Amount/ Comments
Materials of Materials Materials Materials Hauler/ Facility (attach receipts)
Asphalt/
Concrete

Dirt
Brick/
Masonry

Wood

Metals
Other (painted
wood, drywall)

TOTAL
This column This column
should total should total at
100% least 50%

If the Contractor were unable to meet recycling goals, please provide an explanation:

Other comments:

I CERTIFY THAT THE ABOVE INFORMATION IS TRUE & CORRECT TO THE


BEST OF MY KNOWLEDGE.

Prepared by: Date:

Signature:

SHEET 2 OF 2

END OF SECTION

West Yost December 2016 02 42 13 - 4 Finished Water Pump Station


174-14-16-02 Recyclable Materials Electrification, Phase 1
Project No. WT 7074
SECTION 03 30 00

CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Requirements for cast-in-place concrete work.

1.02 REFERENCED SECTONS


A. The following Section is referenced in this Section
1. Section 01 33 00 Submittals

1.03 SUBMITTALS
A. Comply with Section 01 33 00.
B. Shop Drawings
1. Reinforcing Steel: Prepare shop fabrication and field installation drawings
in accordance with CRSI Manual of Standard Practice and ACI SP.
2. Layout drawings for construction joints.
C. Product Data: Waterstops, curing compound data.
D. Concrete Mix Design: Data on the concrete mix, including aggregate gradations
and admixtures, in accordance with ASTM C94.
E. Quality Control Submittals
1. Manufacturers application instructions for curing compound.
2. Ready-mix delivery tickets for each truck in accordance with ASTM C94.

1.04 QUALITY ASSURANCE


A. Supplier Qualifications: A minimum of 5 years experience manufacturing ready-
WEST YOST GUIDE SPECIFICATION

mixed concrete and that complies with ASTM C94 for production facilities and
equipment.
B. Source Limitations: Use the same brand of cement from the same manufacturer's
plant, obtain aggregate from one source, and obtain admixtures through one source
from a single manufacturer.
C. Concrete and Reinforcement: Unless otherwise specified, meet the requirements of
ACI 301 and 318.
D. Hot Weather Concreting: Conform to ACI 305R.

West Yost December 2016 03 30 00 - 1 Finished Water Pump Station


174-14-16-02 Cast-in-Place Concrete Electrification, Phase 1
Project No. WT 7074
PART 2 - PRODUCTS

2.01 FORMWORK
A. Exposed Areas: Use hard plastic finished plywood.
B. Unexposed Areas: Use new ship lap or plywood.
C. Earth cuts may be used for forming footings.

2.02 CONCRETE
A. Ready-mixed meeting ASTM C94, Option A.
B. Portland Cement: ASTM C150, Type II.
C. Aggregates: Furnish from one source.
1. Natural Aggregates
a. Free from deleterious coatings and substances in accordance with
ASTM C33, except as modified herein.
b. Free of materials and aggregate types causing pop outs,
discoloration, staining, or other defects on surface of concrete.
2. Non-Potentially Reactive: In accordance with ASTM C33, Appendix XI,
paragraph X1.1.
3. Aggregate Soundness: Test for fine and coarse aggregates in accordance
with ASTM C33 and ASTM C88 using sodium sulfate solution.
4. Fine Aggregates
a. Clean, sharp, natural sand.
b. ASTM C33.
c. Materials Passing 200 Sieve: 4 percent maximum.
d. Limit deleterious substances in accordance with ASTM C33,
Table 1 with material finer than 200 sieve limited to 3 percent, coal
and lignite limited to 0.5 percent.
5. Coarse Aggregate

WEST YOST GUIDE SPECIFICATION


a. Natural gravels, combination of gravels and crushed gravels,
crushed stone, or combination of these materials containing no more
than 15 percent flat or elongated particles (long dimension more
than five times the short dimension).
b. Materials Passing 200 Sieve: 0.5 percent maximum.
D. Admixtures: Do not use admixtures that contribute water-soluble chloride ions
exceeding those permitted in hardened concrete. Do not use calcium chloride or
admixtures containing calcium chloride.
1. Air-Entraining: ASTM C260.
2. Water-Reducing: ASTM C494, Type A or D.

West Yost December 2016 03 30 00 - 2 Finished Water Pump Station


174-14-16-02 Cast-in-Place Concrete Electrification, Phase 1
Project No. WT 7074
3. Superplasticizers: ASTM C494, Type F or G.
4. Fly Ash: ASTM C618, Class C or F.
5. Color Pigments: Inert mineral or metal oxide pigments, natural or synthetic;
resistant to lime and other alkalies.
E. Concrete Mix Design
1. Minimum Compressive Field Strength: 4,000 psi at 28 days when cured and
tested in accordance with ASTM C31 and C39.
2. Coarse Aggregate Size: 1-1/2 inches and smaller.
3. Slump Range: 3 to 5 inches.
4. Air Entrainment: Between 3 and 6 percent by volume.
5. Water Reducers: Use in concrete without plasticizers.
F. Proportions
1. Design mix to meet aesthetic and structural concrete requirements.
2. Water-cement ratio (water-cement plus fly ash ratio) shall control amount
of total water added to concrete as follows:

Coarse Aggregate Size W/C Ratio


1-1/2 inch 0.50
1 inch 0.45

3. Minimum Cement Content (Combined Cement Plus Fly Ash Content):


a. 517 pounds per cubic yard for concrete with 1 inch maximum size
aggregate.
b. 540 pounds per cubic yard for 1 inch maximum size aggregate.
4. Increase cement content (combined cement plus fly ash content), as
required meeting strength requirements and water-cement ratio.
WEST YOST GUIDE SPECIFICATION

5. Fly Ash Content: minimum 20 percent, maximum 50 percent by weight of


total cement content.
G. Mixing: Minimum 70 and maximum 270 revolutions of mixing drum. Non-
agitating equipment is not allowed.

2.03 REINFORCING STEEL


A. Deformed Bars: ASTM A615, Grade 60.
B. Welded Wire Reinforcement: ASTM A185, fabricated from as-drawn steel wire
into flat sheets.
C. Bar Supports:
1. For Slab Rebar: Concrete blocks or plastic bar supports.

West Yost December 2016 03 30 00 - 3 Finished Water Pump Station


174-14-16-02 Cast-in-Place Concrete Electrification, Phase 1
Project No. WT 7074
2. For Rebar in Walls, Beams, Columns, and Slabs Exposed to View:
Galvanized steel chairs with plastic tips or plastic bar supports and side form
spacers.

2.04 ANCILLARY MATERIALS


A. Curing Compound
1. Material: Solvent based containing chlorinated rubber solids in accordance
with ASTM C309, with additional requirement that the moisture loss not
exceed 0.030 gram per centimeter squared per 72 hours.
2. Manufacturers and Products
a. Master Builders Co.; Masterkure CR
b. Euclid Chemical Co.; Euco Super Floor Coat
B. Epoxy Bonding Agent and Adhesives (for Binding New Concrete to Existing
Concrete)
1. Epoxies: Two component material for use on dry or damp surfaces and
conforming to the requirements of ASTM C881.
2. Apply in accordance with manufacturers recommendations.
3. Manufacturers: One of the following or equal:
a. Sika Armatec 110 EPOCEM; Sika Chemical Corporation.
b. CCS Bonder Paste LWL; Chemco Systems.
C. Waterstops
1. General: Place hydrophilic and/or rubber dumbbell type or center bulb type
waterstops at construction joints and other joints as specified and indicated
on the Drawings.
2. Hydrophilic Waterstops:
a. Use: For concrete repairs or when attaching new concrete to existing
structures.
b. Manufacturers: One of the following or equal:

WEST YOST GUIDE SPECIFICATION


1) Greenstreak, Hydrotite CJ.
2) Tremco, Parastop II.
c. Installation: As indicated on the Drawings and in accordance with
manufacturers instructions.
3. Rubber Waterstops
a. Use: At new construction joints where indicated on the Drawings.
b. Material: PVC or rubber waterstops manufactured by one of the
following, or equal:
1) Greenstreak.
2) Progress Unlimited.

West Yost December 2016 03 30 00 - 4 Finished Water Pump Station


174-14-16-02 Cast-in-Place Concrete Electrification, Phase 1
Project No. WT 7074
3) Williams Products.
c. Size:
1) Construction and Contraction Joints. 6-inch flat dumbbell
type.
2) Expansion Joints: 9-inch wide dumbbell with hollow center
bulb.
D. Vapor Barrier
1. Material: 15 mil, multilayer plastic, 0.01 minimum permeance rating.
2. Manufacturers: One of the following or equal:
a. StegoWrap, Stego Industries.
b. Premoulded Membrane Vapor Seal with Plasmatic Corel, W. R.
Meadows.

PART 3 - EXECUTION

3.01 FORMWORK
A. Design, construct, erect, brace and maintain formwork in accordance with ACI 301.
B. Form Ties
1. Fixed conical or spherical type inserts that remain in contact with forming
material and allow for dry packing of form tie holes.
2. Space ties to withstand pressures and to limit deflection of forms to
acceptable limits.
3. Wire ties are not acceptable.
C. Construction
1. In accordance with ACI 347.
2. Make joints tight to prevent escape of mortar and to avoid formation of fins.
3. Brace as required to prevent distortion during concrete placement.
WEST YOST GUIDE SPECIFICATION

4. On exposed surfaces locate form ties in uniform pattern or as shown.


5. Construct so ties remain embedded in the wall with no metal within 1-inch
of concrete surface when forms, inserts, and tie ends are removed.
D. Form Removal
1. Remove after concrete has attained 28 day strength, or approval is obtained
in writing from Engineer.
2. Remove forms with care to prevent scarring and damaging the surface.

3.02 PLACING REINFORCING STEEL


A. Place reinforcing steel in accordance with CRSI Recommended Practice for Placing
Reinforcing Bars.

West Yost December 2016 03 30 00 - 5 Finished Water Pump Station


174-14-16-02 Cast-in-Place Concrete Electrification, Phase 1
Project No. WT 7074
B. Field bending or welding of reinforcing bars will not be allowed.
C. Bar Supports: Provide in sufficient quantity to prevent sagging and to support bars
during concrete placement.
D. Splices and Laps
1. Top Bars: Horizontal bars placed such that 12 inches of fresh concrete is
cast below in single placement.
2. Horizontal wall bars are considered top bars.
3. Bar lap splices shall conform to General Structural Notes on the Drawings.
4. Tie splices with 18-gauge annealed wire as specified in CRSI Standard.

3.03 PLACING CONCRETE


A. Place concrete in accordance with ACI 301.
B. Before placing concrete:
1. Check reinforcing steel for proper placement and correct discrepancies.
2. Remove excessive rust, mill scale, dirt, oil and other material from rebar
that may adversely affect bonding to concrete.
3. Remove water from excavation and debris and foreign material from forms.
C. Before depositing new concrete on existing concrete, clean surface using sandblast
or other mechanical means to obtain a 1/4 inch rough profile, and apply epoxy
bonding agent in accordance with the manufacturers instructions.
D. Place concrete as soon as possible after leaving mixer, without segregation or loss
of ingredients, without splashing forms or steel above, and in layers not over 2 feet
deep. Place within 1-1/2 hours after adding cement to mix.
E. Placement Limitations: 8 feet maximum vertical drop to final placement, when not
guided with chutes or other devices to prevent segregation due to impact with
reinforcing.
F. Hot Weather
1. Prepare ingredients, mix, place, cure, and protect in accordance with

WEST YOST GUIDE SPECIFICATION


ACI 305R.
2. Maintain concrete temperature below 80 degrees F at time of placement, or
furnish test data or provide other proof that admixtures and mix ingredients
do not produce flash set plastic shrinkage, or cracking due to heat of
hydration. Ingredients may be cooled before mixing to maintain fresh
concrete temperatures at 80 degrees F or less.
3. Make provisions for windbreaks, shading, fog spraying, sprinkling, ice, or
wet cover, or other means to provide concrete with temperature specified.
4. Maximum allowable temperature differential between reinforcing steel and
concrete: Not greater than 20 degrees F at the time of concrete placement.

West Yost December 2016 03 30 00 - 6 Finished Water Pump Station


174-14-16-02 Cast-in-Place Concrete Electrification, Phase 1
Project No. WT 7074
3.04 COMPACTION
A. Vibrate concrete as follows:
1. Apply approved vibrator at points spaced not farther apart than vibrators
effective radius.
2. Apply close enough to forms to vibrate surface effectively but not damage
form surfaces.
3. Vibrate until concrete becomes uniformly plastic.
4. Vibrator must penetrate fresh placed concrete and into previous layer of
fresh concrete below.

3.05 CONSTRUCTION JOINTS


A. Locate as shown or as approved.
B. Maximum Spacing Between Construction Joints: 40 feet, unless otherwise
indicated.

3.06 CRACK CONTROL JOINTS


A. Provide crack control joints in concrete slabs on grade, curbs, gutters, sidewalks
and other concrete flatwork as follows:
1. Install crack control joints by use of grooving tool on fresh concrete or saw-
cut by use of a saw designed for crack control joints as soon as the concrete
hardens sufficiently to support the saw, however, no longer than 12 hours
after concrete placement.
2. Depth: 1/4 the thickness of the slab.
3. Frequency: Unless otherwise indicated,
a. At least 2 times the slab thickness in feet
b. (6-inch slab = 12 foot on center).
c. Rectangular slabs: Maximum spacing 1-1/2 to 1

3.07 FINISHING FLOORS AND SLABS


WEST YOST GUIDE SPECIFICATION

A. Unexposed Slabs: Screed to true surface, bull float with wood float, and wood
trowel to seal surface and to provide a uniform surface.
B. Exposed Slabs to Receive Grout: Screed to indicated elevation and leave without
special finish.
C. Exposed Floors and Slabs: Screed to true surface and use bull float to form a
uniform surface with minor texture then apply final surface finish.
D. Final Surface Finishes for Exposed Floors and Slabs: Apply final surface finish as
scheduled.
1. Walkway finish: Apply to concrete surfaces that will be used for foot traffic
such as walkways around basins and sidewalks. Apply steel trowel surface,

West Yost December 2016 03 30 00 - 7 Finished Water Pump Station


174-14-16-02 Cast-in-Place Concrete Electrification, Phase 1
Project No. WT 7074
then a light hairbroom finish to produce a profile that is parallel to the slab
drainage.
2. Scratch Finish: Apply to surfaces receiving concrete floor topping and other
bonded cementitious floor finishes, unless otherwise indicated on the
Drawings. Use brushes or brooms with stiff bristles to produce -inch deep
scratches.
3. Float Finish: Apply to slabs of water-bearing basins and channels and to
roof surfaces to receive membrane roofing. Use power-driven floats or hand
floats to produce a surface that is uniform and smooth.
4. Trowel Finish: After applying float finish, trowel surface until surface is
uniform in texture and appearance and free of trowel marks. Apply trowel
finish to surfaces indicated and to floor and slab surfaces exposed to view
or to be covered with resilient flooring, carpet or tile.
5. Non-slip Finish: After concrete has been screeeded level and slightly
hardened, sprinkle abrasive onto surface, wood float into concrete, and
trowel abrasive into surface to obtain the proper non-slip finish with the
exposed abrasive.
E. Tolerances: Exposed surfaces shall not vary from level or true plane more than
inch in 10 feet when measured with a straightedge.

3.08 FINISHING AND PATCHING FORMED SURFACES


A. Unexposed Surfaces: Provide rough-formed concrete texture as imparted by form-
facing material, fill form tie holes with nonshrink grout and grind off projections,
fins, and rough spots.
B. Exposed Surfaces: Provide smooth-formed concrete texture as imparted by form-
facing material, arranged in an orderly and systematic manner with a minimum
number of seams. Fill form tie holes with nonshrink grout and grind off projections,
fins, and rough spots. Where scheduled, apply rubbed surface as follows:
1. Smooth Rubbed Finish: Not later than one day after form removal, moisten
concrete surfaces and rub with carborundum brick or another abrasive to
produce a uniform color and texture. Do not apply cement grout other than

WEST YOST GUIDE SPECIFICATION


that created by the rubbing process.
2. Grout-Cleaned Finish: Wet concrete surfaces and apply grout of a
consistency of thick paint to coat surfaces and fill small holes.
a. Mix one part portland cement to one and one-half parts fine sand
with a 1:1 mixture of bonding admixture and water. Add white
portland cement in amounts determined by trial patches so color of
dry grout will match adjacent surfaces.
b. Scrub grout into voids and remove excess grout. When grout
whitens, rub surface with clean burlap and keep surface damp by fog
spray for at least 36 hours.
3. Cork-Floated Finish: Wet concrete surfaces and apply a stiff grout.

West Yost December 2016 03 30 00 - 8 Finished Water Pump Station


174-14-16-02 Cast-in-Place Concrete Electrification, Phase 1
Project No. WT 7074
a. Mix one part portland cement and one part fine sand with a 1:1
mixture of bonding agent and water. Add white portland cement in
amounts determined by trial patches so color of dry grout will match
adjacent surfaces.
b. Compress grout into voids by grinding the concrete surface in a
swirling motion, then finish the surface with a cork float.:
C. Patching Defective Areas: Patch defective areas and repair rough spots resulting
from form release agent failure or other reasons to provide smooth uniform
appearance.
1. Cut out honeycombed and defective areas.
2. Cut edges perpendicular to surface at least 1-inch deep. Do not feather
edges. Soak area with water for 24 hours.
3. Finish surfaces to match adjacent concrete.
4. Keep patches damp for minimum 7 days or spray with curing compound to
minimize shrinking.

3.09 PROTECTION AND CURING


A. Protect fresh concrete from direct rays of sunlight, drying winds, and wash by rain.
B. Keep concrete slabs continuously wet for a 7 day period. Intermittent wetting is not
acceptable.
C. Use curing compound only where approved by Engineer. Cure formed surfaces
with curing compound applied in accordance with manufacturers directions as
soon as forms are removed and finishing is complete.
1. Do not use curing compound on concrete surfaces that will be painted.
D. Remove and replace concrete damaged by freezing.

3.10 FIELD QUALITY CONTROL


A. Concrete Samples:
1. Provide concrete for making composite samples for testing slump, air
WEST YOST GUIDE SPECIFICATION

content, and for making cylinders for determination of compressive


strength.
2. Prepare samples in accordance with ASTM C172. Select trucks or batches
of concrete on a random basis.
3. Samples may be obtained at the discharge chute of the truck or at the point
of discharge into forms.
B. Sampling Frequency: One composite sample for each 100 cubic yards of structural
concrete, or fraction thereof, of each concrete mixture placed in any one day.
C. Evaluation will be in accordance with ACI 301, Chapter 17 and Specifications.

West Yost December 2016 03 30 00 - 9 Finished Water Pump Station


174-14-16-02 Cast-in-Place Concrete Electrification, Phase 1
Project No. WT 7074
D. Slump tests and concrete cylinders will be made by the Owner. Owner will handle
cured test cylinders, transport to the testing laboratory and pay testing costs.
E. Enforcement of Compressive Strength Requirements:
1. Compressive strength of concrete will be considered acceptable if the
following conditions are satisfied:
a. Averages of all sets of 3 consecutive strength test results are greater
or equal to the specified compressive strength.
b. No individual strength test (average of 2 cylinders) falls below
specified compressive strength by more than 500 pounds per square
inch.
2. Whenever one, or both, of 2 conditions stated above is not satisfied, provide
additional curing of affected portion of structure, then obtain test cores from
the affected area.
a. Obtain 3 test cores in accordance with ASTM C 42 and ACI 318.
b. Concrete will be considered acceptable if the average compressive
strength of the 3 test cores is equal to at least 90 percent of the
specified 28-day compressive strength and no single core is less than
80 percent of the specified 28-day compressive strength.
c. Concrete will be designated as defective when the specified
conditions are not achieved.
d. Fill core holes with concrete.
3. Engineer may require the Contractor to strengthen defective concrete by
means of additional concrete, additional reinforcing steel, or replacement of
defective concrete, all of the Contractor's expense.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Cast-in-Place Concrete shall not be measured.

4.02 PAYMENT

WEST YOST GUIDE SPECIFICATION


A. Payment for Cast-in-Place Concrete shall be included in the various items of
work, and no additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 03 30 00 - 10 Finished Water Pump Station


174-14-16-02 Cast-in-Place Concrete Electrification, Phase 1
Project No. WT 7074
SECTION 03 60 00

GROUT

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Grout for uses other than masonry.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section
1. Section 01 33 00 Submittals
2. Section 03 30 00 Cast-in-Place Concrete

1.03 REFERENCES
A. The publications referred to hereinafter form a part of this specification to the extent
referenced. The publications are referred to in the text by the basic designation only.
The latest edition of referenced publications in effect at the time of the bid shall
govern. In case of conflict between the requirements of this section and the listed
standards, the requirements of this section shall prevail.

Reference Title
ASTM C33 Concrete Aggregates
ASTM C40 Organic Impurities in Fine Aggregates for Concrete
ASTM C88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate
ASTM C117 Material Finer Than 75 um (No. 200) Sieve in Mineral Aggregates by Washing
ASTM C136 Sieve Analysis of Fine and Coarse Aggregates
ASTM C150 Portland Cement
ASTM C289 Potential Reactivity of Aggregates (Chemical Method)
ASTM C494 Chemical Admixtures for Concrete
ASTM C881 Epoxy-Resin-Base Bonding Systems for Concrete
ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate
CRD-C621 Corps of Engineers Specification for Nonshrink Grout

1.04 SUBMITTALS
A. Comply with Section 01 33 00.
B. Manufacturer's Data:
1. Dry pack grout
2. Cement grout

West Yost December 2016 03 60 00 - 1 Finished Water Pump Station


174-14-16-02 Grout Electrification, Phase 1
Project No. WT 7074
3. Nonshrink grout, non-metallic
4. Nonshrink grout, metallic
5. Pressure grout
6. Epoxy grout
7. Polymer concrete
C. Laboratory Test Reports:
1. Test reports on previously tested materials shall be accompanied by the
manufacturer's statement that the previously tested material is the same
type, quality, manufacture, and make as that proposed for use in this project.
2. Test reports are required for the following:
a. Cement
b. Aggregates
c. Bonding compounds
d. Admixtures

PART 2 - PRODUCTS

2.01 MATERIALS
A. Cement
1. Portland cement shall be ASTM C150 Type II or Type V, low alkali,
containing less than 0.60 percent alkalies.
B. Aggregate
1. General:
a. Aggregate shall be nonreactive and shall be washed before use.
b. When sources of aggregate are changed, test reports shall be
provided for the new material. The tests specified shall be performed
prior to commencing grout work.
2. Fine Aggregate:
a. Fine aggregate shall be hard, dense, durable particles of either sand
or crushed stone regularly graded from coarse to fine and shall
conform to ASTM C33 as modified herein.
b. When tested in accordance with ASTM C136, gradation shall be
such that 100 percent by weight will pass a standard No. 8 mesh
sleeve and no less than 45 percent by weight will pass a standard
No. 40 mesh sieve.
c. Variation from the specified gradations in individual tests will be
acceptable if the average of three consecutive tests is within the
specified limits and the variation is within the permissible variation
listed below:

West Yost December 2016 03 60 00 - 2 Finished Water Pump Station


174-14-16-02 Grout Electrification, Phase 1
Project No. WT 7074
Permissible variation in individual tests,
US standard sieve size
percent
30 or coarser 2
50 or finer 0.5

3. Other tests shall be in accordance with the following specifications:

Test Test Method Requirements


Organic Impurities ASTM C40 Color lighter than standard
Amount of Material Passing No. 200 Sieve ASTM C117 3% maximum by weight
Soundness ASTM C88 10% maximum loss with sodium sulfate
Reactivity ASTM C289 Innocuous aggregate
Sand Equivalent ASTM D2419 Minimum 80

C. Admixtures
1. General:
a. Admixtures shall be compatible with the grout. Calcium chloride or
admixtures containing calcium chloride are not acceptable.
b. Admixtures shall be used in accordance with the manufacturer's
recommendations and shall be added separately to the grout mix.
2. Water Reducing Retarder:
a. Water reducing retarder shall be ASTM C494 Type D .
b. Master Builders Pozzolith 300-R, Sika Corporation Plastiment, or
equal.
3. Lubricant for Cement Pressure Grouting:
a. Lubricant additive for cement pressure grouting shall be Intrusion
Prepakt Intrusion Aid, Sika Intraplast N, or equal.
D. Water
1. Water for washing aggregate, for mixing and for curing shall be free from
oil and deleterious amounts of acids, alkalies, and organic materials;
2. shall not contain more than 1000 mg/1 of chlorides as Cl, nor more than
1300 mg/1 of sulfates as SO4;
3. and shall not contain an amount of impurities that may cause a change of
more than 25 percent in the setting time of the cement nor a reduction of
more than five percent in the compressive strength of the grout at 14 days
when compared with the result obtained with distilled water.
4. Additionally, water used for curing shall not contain an amount of
impurities sufficient to discolor the grout.

West Yost December 2016 03 60 00 - 3 Finished Water Pump Station


174-14-16-02 Grout Electrification, Phase 1
Project No. WT 7074
2.02 GROUT
A. Drypack Grout
1. Drypack grout shall be a mixture of approximately one part cement, 1-1/2
to 2 parts sand, water reducing retarder, and sufficient water to make a stiff
workable mix.
B. Cement Grout
1. Cement grout shall be a mixture of one part cement, two parts sand,
proportioned by volume, admixtures for pressure grouting, and sufficient
water to form a workable mix.
C. Nonshrink Grout, Non-Metallic
1. Nonshrink, nonmetallic aggregate grout shall be Five Star Products, Inc.
2. Five Star Grout, Chemrex Inc. Masterflow 928, Euclid Chemical Co. High-
Flow Grout, or equal.
D. Nonshrink Grout, Metallic
1. Nonshrink, metallic grout shall be Chemrex Inc. Embeco 636 Plus Grout,
Euclid Chemical Co. High-Flow Metallic Grout, or equal.
E. Epoxy Grout for Crack Repair
1. Except as noted below, epoxy grout shall be a high modulus, two-
component, moisture insensitive, 100 percent solids, thermosetting
modified polyamid epoxy compound. The consistency shall be a paste form
capable of not sagging in horizontal or overhead anchoring configurations.
Material shall conform to ASTM C881 Type 1, Grade 3, such as Chemrex
Inc. Concresive Paste LPL, Sika Corporation Sikadur Hi-Mod Series,
Adhesive Technology Corporation Solidbond 200 or equal, and shall have
a heat deflection temperature in excess of 130 degrees F.
2. Epoxy for pressure grouting/crack injection shall be a two-component,
moisture insensitive, high modulus, injection grade, 100 percent solids,
blend of epoxy-resin compounds. The consistency shall be as required to
achieve complete penetration in hairline cracks and larger. Material shall
conform to ASTM C881 Type 1 Grade 1, such as Sika Corporation Sikadur
52, Chemrex Inc. Concresive LV1, Adhesive Technology Corporation SLV
300 series, or equal.
F. Polymer Concrete (For Resurfacing or Patching)
1. Polymer concrete (for resurfacing or patching) shall consist of a liquid
binder and dry aggregate mixed together to make a mortar or grout of a
consistency as required for the application.
2. The liquid binder shall be a chemical and oil resistant, stress relieved, low
modulus, moisture insensitive, two-component epoxy-resin compound. The
consistency shall be similar to lightweight oil for proper mixing with
aggregate.

West Yost December 2016 03 60 00 - 4 Finished Water Pump Station


174-14-16-02 Grout Electrification, Phase 1
Project No. WT 7074
3. Material shall conform to ASTM C881 Type 3 Grade 1, such as Sika
Corporation Sikadur Lo-Mod series, Adhesive Engineering Concresive
1470, Adhesive Technology Corporation 400 series, or equal.
4. The aggregate shall be oven dry in sealed packages until time of mixing,
and shall be of size and consistency compatible with recommendations of
manufacturer of liquid binder for intended application.
G. PRESSURE GROUTING EQUIPMENT
1. Pressure grouting equipment shall include a mixer and holdover agitator
tanks and shall be designed to place grout at pressures up to 50 psi. Gages
shall be provided to indicate pressure used. The mixer shall be provided
with a meter capable of indicating to one-tenth of a cubic foot the volume
of grout used.

PART 3 - EXECUTION

3.01 GENERAL
A. Bonding compound for use with grout is specified in Section 03 30 00. Primer, if
required for polymer concrete, shall be provided per manufacturer's
recommendation.

3.02 DRYPACK GROUT


A. Drypack grout shall be used for built-up surfaces, setting miscellaneous metal items
and minor repairs.
B. Surfaces required to be built up with drypack grout shall be roughened by brushing,
cleaned, and coated with the bonding compound specified in Section 03 30 00
before the application of the grout. The drypack grout shall be applied immediately
following the application of the bonding compound in bands or strips to form a
covering of the required thickness. The covering shall be smooth. Construction
joints in the grout shall be sloped and shall be cleaned and wetted before application
is resumed. Drypack grout shall be cured in accordance with Section 03 30 00.
C. Grout shall not be placed during freezing weather unless adequate protection is
provided.

3.03 CEMENT GROUT


A. Cement grout shall be used for filling nonbearing portions of equipment pads and
pressure grouting.
B. Except for the specialized equipment for pressure grouting, mixing and placing
apparatus shall be similar to that normally used for cast-in-place concrete. Grout
shall be mixed for a period of at least 1 minute. Diluted grout shall be agitated to
keep ingredients mixed.

West Yost December 2016 03 60 00 - 5 Finished Water Pump Station


174-14-16-02 Grout Electrification, Phase 1
Project No. WT 7074
3.04 NONSHRINK GROUT
A. Nonshrink, metallic aggregate grout shall be used for the bearing surfaces of
machinery and equipment bases, column base plates and bearing plates at dry,
interior locations. Nonshrink, non-metallic aggregate grout shall be used for the
bearing surfaces of machinery and equipment bases, column base plates, and
bearing plates at damp or exterior locations as well as for setting handrail, guardrail,
or fence posts in pipe sleeves. Grout shall meet the requirements of CRD-C621 and
shall be placed in accordance with manufacturer's instructions.

3.05 EPOXY GROUT


A. Epoxy grout shall be used for repairing cracks by pressure grouting or gravity flow
in structural concrete. Concrete shall be primed in accordance with the grout
manufacturer's instructions.

3.06 PRESSURE GROUTING


A. Prior to grouting, systems and holes to be grouted shall be washed clean. Washing
is not required for grouting soil voids outside pipe cylinders or casing pipes.
Grouting, once commenced, shall be completed without stoppage. In case of
breakdown of equipment, the Contractor shall wash out the grouting system
sufficiently to ensure fresh grout and adequate bond and penetration will occur
upon restarting the grouting operation. Grout pressure shall be maintained until
grout has set.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Grout shall not be measured.

4.02 PAYMENT
A. Payment for Grout shall be included in the various items of work, and no
additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 03 60 00 - 6 Finished Water Pump Station


174-14-16-02 Grout Electrification, Phase 1
Project No. WT 7074
SECTION 05 50 00

MISCELLANEOUS METAL

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Furnishing all material, supplies, equipment, tools, transportation and facilities and
performing all labor and services necessary for, required in connection with or
properly incidental to furnishing and installing miscellaneous metal, as described
in this section of the specifications, shown on the accompanying Plans, or
reasonably implied therefrom.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section
1. Section 01 33 00 Submittals
2. Section 09 96 00 High Performance Coatings

1.03 SUBMITTALS
A. Comply with the Section 01 33 00.
B. Certified test reports. Before delivery of any miscellaneous metalwork, the
Contractor shall provide certificates which attest to their material compliance with
these specifications.
C. Layout or installation shop drawings for all miscellaneous metals, including but not
limited to, seat angles, brackets, flashing, pipe supports.

PART 2 - PRODUCTS

2.01 MATERIALS
A. Wide Flange Beams: ASTM A992.
B. Structural Steel Shapes and Plates: ASTM A36.
C. Structural Tubing: ASTM A500, Grade B.
D. Structural Pipe Column: ASTM A53, Grade B or ASTM A501.
E. Stainless steel plates and angles: ASTM A276, Type 316.
F. Stainless steel: ASTM A320, type 304, or Type 316 as specified.
G. Bolts, Nuts, and Washers: ASTM A307, unless otherwise noted.
H. Welded Headed Studs: ASTM A108.
I. Welding Materials: AWS D1.1; type required for materials being welded.

West Yost December 2016 05 50 00 - 1 Finished Water Pump Station


174-14-16-02 Miscellaneous Metals Electrification, Phase 1
Project No. WT 7074
2.02 FABRICATION
A. Fabricate structural steel members in accordance with AISC Specification.
B. Conform to Chapter 22, California Building Code; 2016 Edition (CBC).
C. Welding: Welder qualification requirements, welding procedures, etc. according to
AWS D1.1-Structural Welding Code. Employ only certified welders. All butt welds
shall be full penetration welds unless otherwise noted. Arc welding electrodes shall
be E70 Series. All welds on hand and guardrails are to be ground smooth. Tie plates
shall be welded as shown on the Plans.
D. Holes for bolts shall be punched or drilled 1/16-inch larger than normal bolt. Holes
in column base plates may be 5/16-inch larger than anchor bolt diameter only if
washers field welded to the base plate are provided under the nuts.
E. Zinc coating material shall be as specified in ASTM A153.
F. Zinc dust-zinc oxide coating shall conform to MILLSPEC DOD-P-20135. Coating
shall be as manufactured by Z.R.C. Chemical Products Co., Galvicon Co., or equal.

2.03 ACCESS DOORS


A. Exterior type waterproof, Aluminum 6061 T6, double-leaf over 3 feet in width and
single-leaf 3 feet and under in width, traffic rated in paved areas and where shown.
Where traffic loads are not required, the design live load shall be 300 pounds per
square foot.
B. Component Fabrication
1. Access Door Leaf(s): 1/4-inch minimum diamond pattern plate with
reinforcing on underside to withstand H20 traffic load.
2. Channel Frame: 3/8-inch with full anchor flange around perimeter.
3. Equip door(s) with heavy forged brass or stainless steel hinges with
stainless steel pins. Provide stainless steel cover bolts to prevent rattling and
door vibration. Provide flush steel drop handle.
4. Hinges: Through-bolt to cover with tamper-proof stainless steel bolts or
lock bolts to resist vandalism, and through-bolted to frame with stainless
steel bolts and fiber locknuts.
5. Equip doors with fully enclosed and lubricated compression springs with
lower enclosing telescopic tube locked into supporting boot firmly
attached to frame to retard downward motion of door leaves or corrosion-
resistant stainless steel gas springs designed to limit to 17 pounds the lifting
force required to open.
6. Equip doors with hold-open arm with positive locking device with
conveniently positioned release handle for easy and controlled closing.
7. Furnish stainless steel snap lock mounted on bottom of leaf with removable
topside handle and socket recessed in cover and provided with threaded plug
for flush surface with handle removed.

West Yost December 2016 05 50 00 - 2 Finished Water Pump Station


174-14-16-02 Miscellaneous Metals Electrification, Phase 1
Project No. WT 7074
8. Locate 1-1/2-inch drainage coupling in one corner of channel frame.
9. Hardware: AISI Type 304 stainless steel.
10. Equip with recessed hasp for padlock that is covered by a hinged lid flush
with the surface.
C. Manufacturers
1. Bilco Co., New Haven, CT.; USF Fabrication, Hialeah, Florida; Thompson
Fabricating Co., Birmingham, AL.; Or Equal.

2.04 VAULT LADDER (NOT USED)


A. Material: Galvanized steel.
B. Fabrication
1. Fabricate ladders with rails and rungs to meet applicable requirements of
OSHA, CFR Part 1910.27, and ANSI A14.3.
2. Concentrated load of 250 pounds plus 30 percent impact on rungs.
Maximum rung deflection of l/360.
3. Punch rails, pass rungs through rails, and weld on outside.
4. Weld brackets to the ladder for fastening ladder to wall.
C. Pull-Up Handrail
1. Telescoping handrail, spring balanced and automatically locking in the
raised position, with release lever for unlocking.
2. Manufacturer and Product: Lane International Corp. Tualatin, Oregon, or
equal.

2.05 MISCELLANEOUS STEEL METALWORK


A. Other miscellaneous steel metalwork including embedded and nonembedded steel
metalwork, hangers, and inserts shall be as specified on the Plans and shall be hot-
dip galvanized after fabrication unless otherwise specified.

2.06 ALUMINUM GRATING


A. Aluminum grating bearing bars and aluminum floor plates and cover plates shall
be of alloy 6061 T6 conforming to ASTM B221. Aluminum grating cross bars shall
be of an alloy conforming to either ASTM B221 (extrusions) or B210 (drawn).
B. Unless otherwise specified, grating shall be fabricated of aluminum. Both bearing
bars and cross bars shall be continuous. Openings shall be banded with bars having
the same dimensions as the bearing bars. No single piece of grating shall weigh
more than 80 pounds unless specifically detailed otherwise. Aluminum grating
shall be Gary Galok, Seidelhuber, or equal.

West Yost December 2016 05 50 00 - 3 Finished Water Pump Station


174-14-16-02 Miscellaneous Metals Electrification, Phase 1
Project No. WT 7074
C. Seat angles and all grating supports set in concrete shall be stainless steel: ASTM
A193 and ASTM A194, Type 316. Perimeter edges shall be banded with bars flush
at the top surface of the grating and 1/4 inch clear of the bottom surface.

2.07 COVER PLATES (CHECKER PLATE)


A. Provide cover plates as shown on the Drawings. Set flush with surrounding floor.
B. Cover plates: 80 lbs each maximum.
C. Load rating: 200 psf
D. Provide plates that can be bolted in place. Provide tapped hole for bolts beneath the
plates.
E. Plates shall be 6061-T6 aluminum.

2.08 FINISH
A. Clean, prepare and shop prime all steel work. Do not prime surfaces to be field
welded or in contact with concrete.

PART 3 - EXECUTION

3.01 STEEL ERECTION


A. Erect structural steel in accordance with AISC Specification.
B. Make provision for erection loads, and for sufficient temporary bracing to maintain
structure safe, plumb and in true alignment until completion of erection and
installation of permanent bracing.
C. Do not field cut or alter structural members without approval of Engineer.
D. After erection, prime welds, abrasions, and surfaces not shop primed, galvanized,
except surfaces to be in contact with concrete. Use a primer consistent with shop
coat. Use primer recommended for galvanized surfaces.
E. Bolting: Securely bolt or weld the work as erection progresses to provide for all
dead load, lateral forces and erection stresses.

3.02 MISCELLANEOUS METALWORK


A. General
1. Fieldwork shall not be permitted on galvanized items. Drilling of bolts or
enlargement of holes to correct misalignment will not be allowed.
2. Dissimilar metals shall be protected from galvanic corrosion by means of
pressure tapes, coatings and isolators. Aluminum in contact with concrete
shall be protected by a heavy coat of bituminous paint.
3. Metalwork to be embedded in concrete shall be placed accurately and held
in correct position while the concrete is placed or, if specified, recesses or
blockouts shall be formed in the concrete. The surfaces of metalwork in
contact with or embedded in concrete shall be thoroughly cleaned. If

West Yost December 2016 05 50 00 - 4 Finished Water Pump Station


174-14-16-02 Miscellaneous Metals Electrification, Phase 1
Project No. WT 7074
accepted, recesses may be neatly cored in the concrete after it has attained
its design strength and the metalwork grouted in place.
B. Seat Angles, Supports, and Guides
1. Seat angles for grating and supports for floor plates shall be set so that they
are flush with the floor and also maintain the grating and floor plates flush
with the floor.
C. Fabrication
1. Holes shall be punched 1/6-inch larger than the nominal size of the bolts,
unless otherwise specified. Whenever needed, because of the thickness of
the metal, holes shall be subpunched and reamed or shall be drilled.
2. Fabrication including cutting, drilling, punching, threading and tapping
required for miscellaneous metal or adjacent work shall be performed prior
to hot-dip galvanizing.
D. All fasteners for aluminum shall be stainless steel. All steel other than stainless steel
shall be isolated from aluminum with stainless steel, neoprene, or other approved
material.

3.03 FABRICATIONS REQUIREMENTS


A. Steel members, fabrications and assemblies shall be galvanized after fabrication in
accordance with ASTM A123. Steel items weighing 100 pounds or less shall be
hot-dip zinc coated. Anchor bolts and nuts 5/8 inch and larger shall be hot-dip zinc
coated in accordance with ASTM A153. Anchor bolts and nuts smaller than
5/8-inch and all other bolts, screws, nuts, washers and other minor steel fasteners
shall be mechanically zinc coated. Fabrication practices for products to be
galvanized shall be in accordance with applicable portions of ASTM A143, A384
and A385.

3.04 COATING REQUIREMENTS


A. Coatings shall conform to Section 09 96 00.

3.05 REPAIR OF DEFECTIVE GALVANIZED COATING


A. Where zinc coating has been damaged after installation, substrate surface shall be
first cleaned and then repaired with zinc dust-zinc oxide coating in accordance with
ASTM A780. Application shall be as recommended by the zinc dust-zinc oxide
coating manufacturer. Coating shall consist of multiple coats to dry film thickness
of eight mils.
B. Items not physically damaged, but which have insufficient or deteriorating zinc
coatings, and items damaged in shipment or prior to installation, shall be removed
from the project site for repair by the hot-dip zinc coating method.

West Yost December 2016 05 50 00 - 5 Finished Water Pump Station


174-14-16-02 Miscellaneous Metals Electrification, Phase 1
Project No. WT 7074
3.06 CLEANING
A. After installation, damaged surfaces of shop primed metals shall be cleaned and
touched up with the same material used for the shop coat.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Miscellaneous Metals shall not be measured.

4.02 PAYMENT
A. Payment for Miscellaneous Metals shall be included in the various items of work,
and no additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 05 50 00 - 6 Finished Water Pump Station


174-14-16-02 Miscellaneous Metals Electrification, Phase 1
Project No. WT 7074
SECTION 09 96 00

COATING SYSTEMS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Furnishing labor, equipment and material necessary to perform surface preparation
and to furnish and apply paint, protective coatings and finishes as specified herein
and/or as indicated on the Plans.

1.02 REFERENCED SECTIONS


A. The following Section is referenced in this Section
1. Section 01 33 00 Submittal Procedures

1.03 QUALITY ASSURANCE


A. General:
1. Quality assurance procedures and practices shall be utilized to monitor all
phases of surface preparation, application and inspection throughout the
duration of the project. Procedures or practices not specifically defined
herein may be utilized provided they meet recognized and acceptable
professional standards and are approved by the Engineer.
2. Materials furnished and work accomplished under the Contract is subject to
inspection by the Engineer. The Contractor shall be held strictly to the true
intent of the Specifications in regard to quality of materials, workmanship,
and diligent execution of the Contract.
3. Work accomplished in the absence of prescribed inspection may be required
to be removed and replaced under the proper inspection, and the entire cost
of removal and replacement, including the cost of all materials which may
be furnished by the City and used in the work thus removed, shall be borne
by the Contractor, regardless of whether the work removed is found to be
defective or not.
4. Work covered up without the authority of the Engineer, shall, upon order of
the Engineer, be uncovered to the extent required, and the Contractor shall
similarly bear the entire cost of accomplishing all the work and furnishing
all the materials necessary for the removal of the covering and its
subsequent replacement, as directed and approved by the Engineer.
B. Reference Publications
1. This section references the following documents. They are a part of this
section as specified and modified. In case of conflict between the

West Yost December 2016 09 96 00 - 1 Finished Water Pump Station


174-14-16-02 Coating Systems Electrification, Phase 1
Project No. WT 7074
requirements of this section and those of the listed documents, the
requirements of this section shall prevail.
Reference Title
SSPC Society of Protective Coatings
AWWA American Water Works Association
NSF National Science Foundation
Cal Green Part 11, known as the 2010 California Green Building Standards Code
CBC Part 12, known as the 2010 California Referenced Standards Code.

C. Warranty
1. The City will conduct warranty inspection within eleven months following
completion and acceptance of all coating work. The City shall establish a
date for the inspection and notify the Contractor five (5) days in advance.
Any work found to be defective shall be repaired in accordance with the
manufacturer's recommendations, this specification and to the satisfaction
of the Engineer.
D. Coating Contractor
1. The Coating Contractor shall hold a current painting license and have a
minimum five years practical experience in the application of specified
products to surfaces at similar facilities.

1.04 SUBMITTALS
A. Comply with Section 01 33 00 and submit the following:
B. Manufacturers product data sheets.
C. Complete data on each type of paint and primer. This shall be done whether or not
the product is named herein.
D. Manufacturers published application instructions.
E. Color chart for each paint for color selection by City.

1.05 DELIVERY AND STORAGE


A. Materials shall be delivered to the site in the manufacturers sealed containers. Each
container shall be labeled by the manufacturer, and the label shall be intact upon
delivery. Labels shall give the manufacturers name, brand, type of paint, batch
number, color of paint, date of manufacture, storage life and instructions for
reducing. Job mixing or job tinting may be done when approved by the Engineer
and for sample colors.
B. The Contractor shall store paint materials and equipment in a storage place
protected from weather and excessive heat and cold. Necessary precautions shall
be taken to reduce hazards to a minimum. Materials exceeding the storage life
recommended by the manufacturer shall be removed from the site.

West Yost December 2016 09 96 00 - 2 Finished Water Pump Station


174-14-16-02 Coating Systems Electrification, Phase 1
Project No. WT 7074
PART 2 - PRODUCTS

2.01 MATERIALS
A. Paint and coating materials furnished for each coating system shall be the products
of a single manufacturer. Only compatible materials shall be used in the work.
Particular attention shall be directed to compatibility of primers and finish coats.
1. All adhesives, sealants and caulks shall be compliant with VOC and other
toxic compounds limits & prohibitions.

2.02 COLORS
A. Colors and shades of colors of all coats of paint shall be as indicated or selected by
the City.
B. Each coat shall be of a slightly different shade, to facilitate inspection of surface
coverage of each coat.
C. Finish colors shall be as selected from the manufacturers standard color samples
by the City.

PART 3 - EXECUTION

3.01 COATINGS
A. Shop Applied Prime Coat:
1. Except as otherwise specified, prime coats shall be shop applied.
2. Shop applied primer shall be compatible with the specific coating system
and shall be applied at the minimum dry film thickness recommended by
the manufacturer.
3. Approved submittal data identifying the shop primer used shall be provided
to the onsite finish coat applicator and to the Engineer before delivery of
items to the jobsite.
4. Damaged, deteriorated and poorly applied shop coatings that do not meet
the requirements of this section, the field coating may consist of touching
up the shop prime coat and then applying the finish coats to achieve the
specified film thickness and continuity.
B. Field Coats:
1. Field coats shall consist of one or more finish coats to build up the coating
to the specified dry film thickness.
2. Unless otherwise specified, finish coats shall not be applied until the prime
and intermediate coats have been inspected.

West Yost December 2016 09 96 00 - 3 Finished Water Pump Station


174-14-16-02 Coating Systems Electrification, Phase 1
Project No. WT 7074
3.02 PREPARATION
A. General
1. All surfaces to be coated or painted shall be in the proper condition to
receive the material specified before any coating or painting is performed.
No more sandblasting or surface preparation than can be coated or painted
in a normal working day will be permitted. All sharp edges, burrs and weld
spatter shall be removed. The following levels of surface preparation are
subsequently referred to:
a. White Metal Blast Cleaning (SSPC-SP-5): Removal of all visible
rust, mill scale, paint, and foreign matter by blast cleaning by wheel
or nozzle (dry) using sand, grit, or shot.
b. Near-White Blast Cleaning (SSPC-SP-10): Blast cleaning nearly to
white metal cleanliness until at least 95 percent of each element of
surface area is free of all visible residues.
c. Commercial Blast (SSPC-SP-6): Blast cleaning until at least 67
percent of each element of surface area is free of all visible residues.
d. Brush-Off Blast Cleaning (SSPC-SP-7): Blast cleaning of film, rust,
loose coatings, and providing a roughened surface for application of
a new finish coat.
e. Solvent Cleaning (SSPC-SP-1): Removal of all grease, oil and dirt.
2. Clean cloths and clean fluids shall be used in solvent cleaning. Cleaning and
painting shall be scheduled so that dust and spray from the cleaning process
will not fall on wet, newly painted surfaces. Hardware, electrical fixtures
and similar accessories shall be removed or masked during preparation and
paint operations, or shall otherwise be satisfactorily protected. Equipment
adjacent to walls shall be disconnected and moved to permit cleaning and
painting of equipment and walls and, following painting, shall be replaced
and reconnected.
B. Metallic Surfaces
1. Metallic surfaces shall be prepared in accordance with applicable portions
of surface preparation specifications of the Steel Structures Painting
Council (SSPC) specified in each coating system. The solvent in solvent
cleaning operations shall be as recommended by the manufacturer.
C. Detailed Surface Preparation
1. Surface preparations for each type of surface shall be in accordance with
the specific requirements of each coating system.
D. Existing Coating Systems
1. Unless otherwise specified, existing or shop applied coating systems
damaged by new construction shall be repaired and coated in accordance
with the appropriate system specified for new work.

West Yost December 2016 09 96 00 - 4 Finished Water Pump Station


174-14-16-02 Coating Systems Electrification, Phase 1
Project No. WT 7074
2. Contractor shall demonstrate that the existing coating is compatible with
field coating by applying small test patches of specific paints over existing
coatings. If the existing coating is not compatible with the field coat (it lifts
or ripples), the existing coating shall be reprimed with a primer compatible
with both the existing coating and the field applied paint, or replaced with
the proper prime coat. The primer shall be as recommended by the
manufacturer of the field applied paints.
E. Inaccessible
1. Prior to erection of tank, all steel surfaces made inaccessible after erection
shall be cleaned as specified herein and shall receive the coating/paint
system for the specific area. This includes, but is not limited to, metal to
metal contact areas, e.g. inaccessible areas, e.g. interior of overflow pipe
and drain pipe.

3.03 APPLICATION
A. Workmanship
1. Each coat of paint shall be of the consistency as supplied by the
manufacturer, or thinned if necessary, and applied in accordance with the
manufacturers written instructions. Each coat shall be well brushed, rolled,
or sprayed to obtain a uniform and evenly applied finish. Work shall be free
from runs, bridges, shiners, or other imperfections due to faulty
intervals. Particular care shall be taken to obtain a uniform, unbroken
coating over all bolts, threads, nuts, welds, edges and corners. Further, all
weld splatter shall be removed and all welds neutralized with thinner.
B. Environmental Conditions
1. Paints shall be applied only to surfaces that are dry, and only under such
atmospheric conditions as will cause evaporation rather than condensation.
2. Paint shall not be applied during rainy, misty weather, or to surfaces upon
which there is frost or moisture condensation.
3. During damp weather, when the temperature of the surface to be coated is
within 10F of the dew point, the surfaces shall be heated to prevent
moisture condensation thereon.
4. Bare metal surfaces, except those which may be warped by heat, may be
dehydrated by flame-heating devices immediately prior to paint application.
5. During painting, and for a period of at least 8 hours after the paint has been
applied, the temperature of the surfaces to be painted, the painted surfaces,
and the atmosphere in contact shall be maintained at or above 50F and not
less than 10F above the dew point.
6. Fans or heaters shall be used inside enclosed areas where conditions causing
condensation are severe.
7. Paint shall not be applied on surfaces hotter than 120F.

West Yost December 2016 09 96 00 - 5 Finished Water Pump Station


174-14-16-02 Coating Systems Electrification, Phase 1
Project No. WT 7074
C. Protection of Coated Surfaces
1. Items which have been coated shall not be handled, worked on, or otherwise
disturbed, until the paint is completely dry and hard. After delivery at the
site of permanent erection or installation, shop coated metalwork shall be
repainted or retouched with specified paint when it is necessary to maintain
the integrity of the film.
D. Method of Paint Application
1. Only good, clean brushes and equipment shall be used; and all brushes,
buckets, and spraying equipment shall be cleaned immediately at the end of
each painting period.
2. If paint is applied by spray, the air pressure used shall be within the ranges
recommended by both the paint and spray equipment manufacturers. Spray
painting shall be conducted under controlled conditions, and the Contractor
shall be fully responsible for any damage occurring from spray painting.
3. Care shall be exercised not to damage adjacent work during sandblasting
operations. Stainless steel need not be sandblasted. Blasted surfaces shall
be coated within 4 hours of being sandblasted. All dust shall be removed
from the surfaces prior to painting.
E. Film Thickness and Continuity
1. The surface area covered per gallon of paint for various types of surfaces
shall not exceed those recommended by the manufacturer.
2. The first coat (prime coat) on metal surfaces refers to the first full paint coat
and not to conditioning, tie coats, sealers or other pretreatment applications.
3. Coatings shall be applied to the thickness specified, and in accordance with
these specifications.
4. Unless otherwise specified, the average total thickness (dry) of any
completed protective coating system on exposed metal surfaces shall be not
less than 1.25 mils per coat, and the minimum thickness at any point shall
not deviate more than 25 percent from the required average.
5. Unless otherwise specified, no less than two coats shall be applied.
F. Special Requirements
1. Hangers and supports shall be coated, except for the final coat, prior to the
installation.
2. Except for those to be filled with grout, the underside of ungalvanized
equipment bases and supports shall be coated with at least two coats of
primer specified for system No. 5 prior to setting the equipment in place.
3. Bolts and bolt holes in flanges (such as those used with couplings or wafer
type valves where holes and bolts as finally installed will be exposed to
weather or moisture) shall be coated prior to assembly to prevent rusting of
the unprotected metals.

West Yost December 2016 09 96 00 - 6 Finished Water Pump Station


174-14-16-02 Coating Systems Electrification, Phase 1
Project No. WT 7074
G. Cleanup
1. Upon completion of coating, remove surplus materials, protective
coverings, and accumulated rubbish, and thoroughly clean all surfaces and
repair any overspray or other paint related damage.

3.04 SPARE SUPPLIES


A. Provide one unbroken gallon container of each color and type of paint and each
type of solvent and thinner required by the specifications.

3.05 COATING SYSTEMS


A. System No. 5 Exposed Metal Mildly Corrosive:
1. Application:
a. Valve vaults, and all exposed metal including pipe, valves, supports,
and equipment, and other miscellaneous metal surfaces within the
concrete vaults including steel beams.
b. Where metal is fusion bonded epoxy, solvent clean, and scuff clean
with 80 grit sand paper prior to coating application.
2. Surface Preparation:
a. Solvent Cleaning (SP 1) and wire brush cleaning for shop applied
primers. Power tool clean (SP3) for uncoated metal.
3. Material:
a. Modified Epoxy. Converted epoxy containing rust-inhibitive
pigments.

Application Material Cover


Primer Polyamide, Epoxy Primer 1 coat, 5 MDFT
Finish Polyamide, Anticorrosive Epoxy 1 coat, 5 MDFT

4. Standard of Quality:
a. Tnemic Chembuild Series 135,
b. Tnemec Epoxoline II, Series V69F;
c. or equal.
5. Color:
a. Selected by Engineer from color charts.
B. System No. 10 Underground Piping Appurtenances
1. Application:
a. Unless otherwise specified or factory painted with an approved
system, buried pipeline items, such as valves, couplings and bolts
shall be coated with this system.

West Yost December 2016 09 96 00 - 7 Finished Water Pump Station


174-14-16-02 Coating Systems Electrification, Phase 1
Project No. WT 7074
2. Surface Preparation:
a. Apply only to clean, dry surfaces.
b. Remove rust, paint and other foreign matter wire brushing or
scraping.
3. Material:
a. Tnemec - Two coats of 27WB Black,
b. or equal;
c. 8 mils each coat.

3.06 SURFACES NOT TO BE PAINTED


A. Unless otherwise specified, the following surfaces shall be left unpainted:
1. Stainless Steel
2. Machined Surfaces
3. Glass
4. Aluminum

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Coating Systems shall not be measured.

4.02 PAYMENT
A. Payment for Coating Systems shall be included in the various items of work, and
no additional compensation will be made therefor.

**END OF SECTION**

West Yost December 2016 09 96 00 - 8 Finished Water Pump Station


174-14-16-02 Coating Systems Electrification, Phase 1
Project No. WT 7074
SECTION 26 05 00

COMMON WORK FOR ELECTRICAL

PART 1 - GENERAL

1.01 SCOPE OF WORK


A. The Contractor shall install, ready for use, the electrical system as specified herein
and shown on the Contract drawings. This document describes the function and
operation of the system and particular components, but does not necessarily
describe all necessary devices. All components and devices shall be furnished and
installed as necessary to provide a complete operable and reliable system for
accomplishing the functions and meeting the performance set forth hereinafter.
B. Furnish all required labor, materials, project equipment, tools, construction
equipment, safety equipment, transportation, test equipment, incidentals and
services to provide a complete and operational electrical system as shown on the E-
Series Contract Drawings, included in these Specifications, or necessary for fully
operating facility.
C. Examine the specification and Drawings for mechanical equipment and provide all
circuit breakers, switches, pushbuttons and appurtenances which are not specified
to be with the mechanical equipment. Erect all electrical equipment not definitely
stated to be erected by others, furnish and install conduit, wire and cable and make
connections required to place all equipment in complete operation.
D. It is required that the Electrical Contractor attends the job walk for the site and shall
have accomplished the following:
1. Thoroughly examine existing conditions before submitting his bid
proposal to perform any work. He shall compare site conditions with data
given on the plans or in these Specifications. No allowance shall be made
for any additional costs incurred by the Contractor due to his failure to have
examined the site or to have failed to report any discrepancies to the Owner
prior to bid.
2. It is the Contractors responsibility to be fully familiar with the existing
utility locations, conditions and local requirements and regulations.
3. Verify all measurements and conditions and shall be responsible for the
correctness of same. No extra compensation will be allowed because of
differences between Work shown on the Drawings and measurements at
the site.
E. Any major deviations in location and conduit routing that the Contractor makes
without the express written review or direction of the Engineer, shall be considered
to have been made at the Contractors sole responsibility. Such deviations made
by the Contractor shall be reflected on the Contractor supplied Record Drawings.
The Owner will reimburse the Engineer and the Owner will then deduct an amount

ATEEM December 2016 26 05 00 - 1 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
equal to said reimbursement from the Contractors contract for all engineering,
drafting, and clerical expenses associated with updating the Record Drawings due
to any major unauthorized changes.
F. The major areas in the scope of work as illustrated on E-series Contract drawings
which includes both the furnishing and installation are:
1. Manual Transfer Switch and generator connection panel.
2. Installation of primary devices, equipment and instruments are not
completely detailed on Contract Drawing plan sheets. Use Device Indexes
and Contract Drawings installation details for installation and mounting
requirements.
3. Conduits and the field interconnection wiring between panels,
panelboards, controls, lighting, receptacles, and equipment provided under
all other Divisions, etc.
4. All necessary miscellaneous shut off, sample, and calibration valves to
sensors.
5. Provide all necessary hardware, fittings, and devices to connect the
designated equipment and wiring.
6. Provide trenching, backfilling, and compaction for all underground conduit
routes, concrete pads, and pull boxes.
7. Grounding system and equipment grounding.
8. Concrete pads and supports for electrical and instrumentation equipment.
9. Remove and dispose of all excess dirt, paving, concrete, and other
materials from site work.
G. Existing site is limited in space. It is the Contractors responsibility to provide an
electrical and instrumentation package to fit in the allocated space.
H. The following specifications incorporate specific equipment and devices that are
preferred by the Owner because of their serviceability, because of the local
availability of labor, parts and materials, or because of the ability of the Owner to
umbrella the equipment under existing maintenance contracts.
I. All electrical work shall conform with the National Electric Code (NEC) 2014 issue
and the latest NFPA 70E. Nothing on the Drawings or in the Specifications shall
be construed to permit work or materials not conforming to these codes and
standards.
J. All panels, panelboards, panelboard transformers, PLC hardware, etc. shall be
supplied by one System Supplier. This includes, but is not limited to all work
necessary to select, furnish, supervise installation, calibrate, program, and place
into operation all transmitters, instruments, controllers, alarm equipment,
monitoring equipment, and accessories as specified herein.
K. The System Suppliers listed below have been determined to meet minimum
qualifications specified in this Division and are pre-qualified by the Owner for

ATEEM December 2016 26 05 00 - 2 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
providing supplier bids as System Suppliers on the project. Other System Suppliers
may submit, prior to bid opening, a statement of qualifications listing relevant
experience on similar projects completed to Owner. The Owner will list additional
pre-qualified System Suppliers in an addendum two weeks prior to bid opening.
1. MCC Control Systems (formerly Meyer Control Corporation), (phone 707
449-0341)
2. Krug-Bixby-Long Associates (KBL) (phone 510 887-1117)
3. Technical Services, Inc. (TSI) (phone 707 678-1111)
4. Tesco Controls (phone 916 395-8800)
5. Telstar Instruments (phone 925 671-2888)

1.02 RELATED WORK IN OTHER SECTIONS


A. Provide an electrical system that interfaces to work performed under other
Mechanical and Equipment Sections of these Specifications.

1.03 CONTRACT DOCUMENTS


A. The Contract drawings and specifications are intended to be descriptive of the type
of electrical system to be provided; any error or omissions of detail in either shall
not relieve the Contractor from the obligations thereunder to install in correct detail
any and all materials necessary for a complete operational system, at no additional
cost.
B. The Contract drawings are generally diagrammatic; exact locations of existing
equipment and proposed location for new electrical products shall be verified in the
field with the Owner Construction Inspector. Except where special details on
drawings are used to illustrate the method of installation of a particular piece or
type of equipment or materials, the requirements or descriptions in this Section shall
take precedence in the event of conflict.
C. Location at facilities of equipment, inserts, anchors, panels, pull boxes, conduits,
stub-ups, and fittings for the electrical system are to be determined by the
Contractor and Engineer at time of installation. Contractor shall make minor
adjustments to locations of electrical equipment required by existing conditions and
coordination with other trades at no additional cost to Owner.
D. Electrical & instrumentation, conduit & wire lengths shown on Contract Drawings
are approximate. The Contractor is responsible for determining actual lengths for
bidding and installation purposes.
E. The Contractor shall examine the architectural, mechanical, structural, electrical
and instrumentation equipment provided under other Sections of this Contract in
order to determine the exact routing and final terminations for all conduits and
cables. The exact locations and routing of cables and conduits shall be governed by
structural conditions, physical interferences, and the physical location of wire
terminations on equipment. Conduits shall be stubbed up as near as possible to
equipment.

ATEEM December 2016 26 05 00 - 3 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
F. All equipment shall be installed and located so that it can be readily accessed for
operation and maintenance. The Engineer reserves the right to require minor
changes in location of equipment, without incurring any additional costs.
G. Where conduits are shown as "home runs" on the Contract drawings or stated to be
furnished, but not explicitly shown, as part of the scope of work; the Contractor
shall provide all fittings, boxes, wiring, etc. as required for completion of the
raceway system in compliance with the NEC and the applicable specifications in
this Section.
H. No changes from the Contract drawings or specifications shall be made without
written approval of the Engineer. Should there be a need to deviate from the
Contract documents, submit written details and reasons for all changes to the
Engineer for favorable review.
I. When existing conduits are to be used, it is the Electrical Contractors responsibility
to verify conduit size and routing. This includes all potholing or other location
methods. Existing conductors and conduits damaged by Contractor during
construction shall be repaired or replaced at no cost to Owner.
J. The resolution of conflicting interpretation of the Contract documents shall be
determined by the Engineer.
K. The Contractor shall coordinate with other Suppliers on the project for a complete
and operable system.
L. It is the System Supplier's responsibility for obtaining instrumentation transmitter
configuration software, manuals and disks necessary for the Contractor to program
and configure the instrumentation transmitters.

1.04 COORDINATION
A. The Contractor shall coordinate the electrical work with the other trades, code
authorities, utilities, and the Engineer; with due regard to their work, towards
promotion of a rapid completion of the project. If any cooperative work must be
altered due to lack of proper supervision of such, or failure to make proper
provisions, then the Contractor shall bear expense of such changes as necessary to
be made in work of others.
B. Manufacturer's directions and instructions shall be followed in all cases where such
is not shown on the Contract Drawings or herein specified.
C. Contractor shall be responsible for obtaining Utility Engineered Drawings for
service conductor conduits, pull boxes, wire size requirements, pull rope
requirements, etc. Conflicts between the Contract Drawings and the Utility
Engineered Drawings shall be brought to the attention of the Engineer.
D. The Contractor shall cease work at any particular point, temporarily, and transfer
his operations to such portions of work as directed, when in the judgment of the
Owner it is necessary to do so.
E. Prior to commencing construction, the General Contractor shall arrange a conference
with the General Contractor, Electrical Contractor, System Supplier, Resident

ATEEM December 2016 26 05 00 - 4 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
Engineer & Owner as well as all equipment and system suppliers vital to the current
phase of work. During the meeting, the equipment supplier shall verify types, sizes,
locations, installation requirements, controls and diagrams of all equipment
furnished. The Equipment and System Suppliers shall, in writing, inform the
Engineer that all phases of coordination of this equipment have been covered and if
there are any unusual conditions, they shall be enumerated at this time.

1.05 SUPERVISION
A. The General Contractor shall schedule all activities, manage all technical aspects
of the project, coordinate submittals and drawings, and attend all project meetings
associated with this Division.
B. The General Contractor shall supervise all work in this Division, including the
electrical system general construction work, from the beginning to completion and
final acceptance.
C. The General Contractor shall supervise and coordinate all work in this Division to
ensure each phase of the project, submittal, delivery, installation, and acceptance
testing, etc. is completed within the allowable scheduled time frames.
D. The General Contractor shall be responsible for obtaining, preparing, completing,
and furnishing all paper work for this Division; which shall include transmittals,
submittals, forms, documents, manuals, instructions, and procedures.

1.06 INSPECTIONS
A. All work or materials covered by the Contract documents shall be subject to
inspection at any and all times by the Owner. If any material does not conform to
the Contract documents, or does not have a favorably reviewed submittal status;
then the Contractor shall, within three days after being notified by the Owner,
remove said material from the premises; and if said material has been installed, the
entire expense of removing and replacing same, including any cutting and patching
that may be necessary, shall be borne by the Contractor.
B. The Contractor shall give the Owner 10 working days notice of the dates and time
for inspection. Date of inspection shall be as agreed upon by both the Contractor
and Owner
C. Work shall not be closed in or covered over before inspection and approval by the
Owner Construction Manager. All costs associated with uncovering and making
repairs where non-inspected work has been performed shall be borne by the
Contractor.
D. The Contractor shall cooperate with the Engineer and provide assistance at all times
for the inspection of the electrical system under this Contract. The Contractor shall
remove covers, provide access, operate equipment, and perform other reasonable
work that, in the opinion of the Engineer, will be necessary to determine the quality
and adequacy of the work.
E. Before request for final inspection is made, the Contractor shall submit to the
Owner in writing, a statement that the Contractor has made his own thorough

ATEEM December 2016 26 05 00 - 5 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
inspection of the entire project enumerating punch list items not complete and that
the installation and testing is complete and in conformance with the requirements
of this Division.
F. The Owner may arrange for a facility inspection by Cal-OSHA Consultation
Service at any time. The Contractor shall make the necessary corrections to bring
all work in conformance with Cal-OSHA requirements, all at no additional cost to
the Owner.
G. Contractor will be Responsible for any Additional Cost for Overtime, Weekend
Overtime or Differential Time, Expenses for Inspection of Defective Work that has
to be re-inspected.

1.07 JOB CONDITIONS


A. The Contractor shall make all arrangements and pay the costs thereof for temporary
services required during construction of the project, such as temporary electrical
power and telephone service. Upon completion of the project, remove all temporary
services, equipment, material and wiring from the site as the property of the
Contractor.
B. The Contractor shall provide adequate protection for all equipment and materials
during shipment, storage and construction. Equipment and materials shall be
completely covered with two layers of plastic and set on cribbing six inches above
grade so that they are protected from weather, wind, dust, water, or construction
operations. Equipment shall not be stored outdoors without the approval of the
Engineer. Where equipment is stored or installed in moist areas, such as unheated
buildings, etc., provide an acceptable means to prevent moisture damage, such as a
uniformly distributed heat source to prevent condensation.

1.08 SUBMITTAL AND DRAWING REQUIREMENTS


A. Comply with Section 01 33 00. Electrical submittals shall be submitted for
favorable review by the Engineer. They shall be complete giving all details of
connections, wiring, instruments, enclosures, materials and dimensions. Standard
sales literature will not be acceptable.
B. A copy of the appropriate Division Specification Sections, with addendum updates
included and with each paragraph check-marked to indicate specification
compliance or marked to indicate requested deviations from specification
requirements. Check marks () shall denote full compliance with a paragraph as a
whole. If deviations from the specifications are indicated and, therefore, requested
by the Contractor, each deviation shall be underlined and denoted by a unique
number in the margin to the right of the identified paragraph. The remaining
portions of the paragraph not underlined will signify compliance on the part of the
Contractor with the Specifications. The submittal shall be accompanied by a
detailed, written justification for each numbered item explaining variance or non-
compliance with specifications. Failure to include a copy of the marked-up
specification sections, along with justification(s) for any requested deviations to the

ATEEM December 2016 26 05 00 - 6 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
specification requirements, with the submittal shall be sufficient cause for rejection
of the entire submittal with no review.
C. The electrical submittals shall include but not be limited to data sheets and drawings
for each product together with the technical bulletin or brochure. The electrical
submittals shall include:
1. Product (item) name used herein and on the Contract Drawings.
2. The manufacturer's model or other designation.
3. Tag name/number per the drawings or schedules.
4. Detailed electrical one line, elementary control diagrams and
interconnection diagrams showing all wiring requirements for each
system.
5. Complete documentation with full description of operation.
6. Location of assembly at which it is installed.
7. Input-output characteristics.
8. Range, size, and graduations as required.
9. Physical size with dimensions and mounting details.
10. Enclosure layout and elevation drawings to scale. Enclosure fabrication
and color.
11. Quantity and quality requirements for electric power, air, and/or water
supply.
12. Materials of construction of components.
13. Nameplate schedule.
14. Interconnection diagrams.
15. A complete Bill of Materials list shall be provided at the inside of the front
cover. The Contractor shall provide Bill of Material formatted as shown
in Appendix "A. A separate set of Material Listing forms shall be
provided for each MCC bucket, control panel and another listing all field
equipment. All spare parts shall be listed separately at the end of the Bill
of Materials list. Generic names or part numbers used by a distributor or
Systems House are not acceptable; originating manufacturers name and
part number shall be listed.
16. Submit CD disk copies of all submitted drawing in AutoCAD format.
17. For each resubmittal, provide a copy of submittal comments and a separate
letter, on Company letterhead, identifying how each submittal comment
has been addressed in the resubmittal.
D. All drawings shall be drawn using AutoCAD, drawn in a professional manner and
submitted on 11" x 17" sheets. Shop drawings shall be provided with minimum
drafting details as illustrated on the Contract "electrical" series drawings. Diagrams

ATEEM December 2016 26 05 00 - 7 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
shall carry a uniform and coordinated set of wire colors, wire numbers, and terminal
block numbers. The shop drawings shall include:
1. Electrical one-line diagrams detailing all devices associated with the power
distribution system. The following applicable information or data shall be
shown on the one-line diagram: location, size and amperage rating of bus;
size and amperage rating of wire or cable; breaker ratings, number of poles,
and frame sizes; standby generator; automatic transfer switch, utility
metering, voltage, amperage, number of wires and phases; fault interrupt
ratings; ground size and connections; neutral size and connections; power
fail and other protective devices; fuse size and type; distribution
transformer; panelboard; starters; contactor size and overload range; motor
full load amperage of submitted motor and horsepower; rating for
miscellaneous loads; etc. Submit a list for each piece of equipment
containing the motor voltage, phase and full load amps with one-lines for
verification of accuracy of submitted one-line drawings.
2. Elementary diagrams shall be provided for all relay logic, power supplies,
PLC I/O and other wiring. All elementary diagrams shall be drawn in
EMP/EGP format and standards similar to those shown on the E-series
elementary diagrams showing ladder rung numbers and coil and contact
cross referencing numbers.
3. Enclosure and Elevation layout diagrams; show all front panel and backpan
devices drawn to scale. Show fabrication methods and details; including
material of construction, paint color, support and latching mechanisms,
fans and ventilation system, and conduit entrance areas.
4. Analog and digital I/O wiring diagrams showing the wiring requirements
for each instrument loop. Graphic symbols shall conform with ISA S5.4
drawing standards. A loop diagram shall be furnished for each analog and
digital I/O process and all PLC I/O cards. Loop diagrams shall include the
following as a minimum:
a. The loop diagram shall be drawn with sufficient detail to express
control philosophy. The diagram shall show all components and
accessories of the instrument loop, highlighting special safety and
other requirements. These diagrams shall be arranged to emphasize
device elements and their functions as an aid to understanding the
operation of a system and for maintaining or troubleshooting that
system.
b. A separate drawing shall be prepared for each analog and digital
card. Each card shall be arranged on the diagram in the same order
as the physical arrangement of the card terminations. All
termination points on the diagram shall be shown with the actual
equipment identification, device and relay terminal number or
letter, and I/O point P&ID English descriptor and tag name. A
separate drawing shall be prepared for each card.

ATEEM December 2016 26 05 00 - 8 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
c. Energy sources - electrical power, air supply, pneumatic and
hydraulic fluid supply, designating voltage, current, pressure, etc.
shall be shown in detail on the diagram. Input and output signals
(e.g., 1-5 VDC, 4-20 mA DC, 3-15 psig, etc.), power and
instrument supplies to devices (e.g. 120 VAC, 24 VDC, 80 psig,
etc.) shall be shown.
d. Engineering units shall be shown on the diagram. Each wire label,
equipment identification terminal number or letter and color code
shall be shown. Signal and DC polarities shall be shown.
e. All spare wires, cables and termination points shall be shown. All
jumpers, grounding, shielding, power supply details shall be
shown.
5. Interconnections diagram shall show for each piece of equipment all wiring
between all devices, panels, cabinets, terminal boxes, control equipment,
motor control centers and any other devices and equipment. An
interconnection diagram shall be furnished for each electrical and
instrumentation system, even if one was not shown explicitly on the
Contract Drawings. Interconnection diagrams shall be prepared for all
conduits listed in the Conduit and Wire Routing Schedule. Each
interconnection diagram shall show the following as a minimum:
a. Interconnect drawings shall be prepared for all equipment by the
System Supplier.
b. The diagrams shall be utilized by the electrician during all phases
of installation and connection of all conductors to ensure
coordination of equipment interconnects.
c. The diagrams shall show wiring as field labeled at the end of the
project when as-builts are submitted.
d. Each wire labeling code as actually installed shall be shown. The
wiring labeling code for each end of the same wire must be
identical.
e. All device and equipment labeling codes shall be shown.
f. Interconnections shall be shown point to point with identified lines.
Diagrams of the wireless or wire schedule type are not acceptable.
Bundled wires shall be shown as a single line with the direction of
entry/exit of individual wires clearly shown. Interconnect diagrams
shall not be combined with loop or elementary diagrams.
g. All terminations points on the diagram shall be shown with the
actual equipment identification terminal number or letter. This
identification of terminations includes terminal blocks, junction
boxes, all devices, computer I/O points, etc.
h. Diagrams shall include raceway numbers, raceway size, raceway
type, cable numbers, wire color code, and wire numbers.

ATEEM December 2016 26 05 00 - 9 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
i. Each wire size, and cable size and color code shall be shown. Each
conduit with the conduit label and conduit size and wire fill shall
be shown. Wire and cable routing through conduits, wireways,
manholes, handholes, junction boxes, terminal boxes and other
electrical enclosures shall be shown with the appropriate equipment
labels. All spare wires, cable, and termination points shall be
shown. Cable shields shall be shown.
j. Labeling codes for terminal blocks, terminals, wires, cables,
panels, cabinets, instruments, devices, and equipment shall be
shown. Place A, B, and C label next to each breaker to
identify phase connected to.
k. Schematic symbols shall be used for field devices, showing
electrical contacts. Signal and DC circuit polarities shall be shown.
l. The diagrams shall show all other Contract and Supplier Drawing
numbers, for reference, that are associated with each device that is
interconnected.
m. Attached to each interconnect, a copy of all the support documents
used in preparing interconnects shall be submitted. This includes
current issues of panel schematics, elementary diagrams,
panelboard schedules, conduit schedules, one-line diagrams,
connection diagrams, terminal block diagrams, submittals, contract
drawings, vendor drawings and all other data used to develop the
interconnection diagram as noted in the Reference Documents
corner of interconnect drawings.
n. Interconnects shall include list of all applicable reference drawings,
request for clarifications, field instructions and change orders. All
deletions and additions of equipment, wire and cables shall be
clearly shown.
o. Field wiring shall not start before the interconnection Drawing has
been submitted by the Contractor and approved by the Owner.
p. Do not show the same wires or jumpers, or panel wiring on both
the connection and interconnection diagrams. All jumper,
shielding, and grounding termination details not shown on the
connection diagrams shall be shown on the interconnection
diagrams.
q. Interconnection diagrams shall be submitted and approved by
Owner for each electrical and instrumentation system. The
Contractor shall not pull in any wires into conduits that do not have
approved interconnects. If the Contractor pulls in wire without
Owner approval of associated Interconnect Drawings, the
Contractor will not be reimbursed for labor for re-pulling in wires
even if there was an error in wire fill or sizing. Also, if the
Contractor pulls in wire without Owner approval of associated

ATEEM December 2016 26 05 00 - 10 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
Interconnect Drawings, then all progress payments related to field
wiring for that particular area of work will be withheld until
approved Interconnect Drawings are in use.
r. All interconnection diagrams shall be prepared by a System
Supplier under the supervision of or by a State of California
Registered Electrical Engineer and shall bear that Engineers
professional stamp and signature for all Interconnection Drawings
submitted for approval including as-builts and those used in the
field installation. All deletions and additions of equipment, wire,
and cables shall be clearly shown. Interconnects shall include list
of all applicable reference Drawings, request for clarifications,
field instructions, and change orders. Failure to provide backup
references or signed and stamped drawings may be grounds for
immediate rejection.
s. Example format of Interconnection diagram is shown on Contract
E Series Drawings or may be obtained from the Engineer.
t. All Interconnection wires listed in the conduit schedule for each
conduit shall be shown only on one interconnect drawing.
Interconnect drawings submitted with wiring of a single conduit
run separated onto multiple interconnect drawings will be rejected
without review. A single conduit run with wiring shown on
separate interconnect drawings will be allowed only after written
approval is given by the Engineer for each conduit run prior to
submitting the associated interconnect drawings.
u. Only field wiring between MCCs, Panelboards, Control Panels,
and other electrical and instrumentation devices or equipment shall
be shown on interconnection drawings. No internal panel wiring
shall be shown on interconnect drawings except jumper or other
wiring to be installed in field by Electrical Contractor.
v. Interconnect Drawings along with the corresponding support
documents shall be submitted in a separate submittal package.
Interconnect drawings submitted with non-interconnect drawing
packages will be rejected. The latest support documents shall be
obtained by system supplier from Contractor for all non-division
16 instruments, panels, and equipment, and included with
interconnect drawing submittal. Support documents shall have their
submittal number marked in upper right hand corner.
w. Interconnect drawings shall be prepared for all equipment by the
System Supplier with the exception of the Security Alarm System
which may be produce their own interconnect drawings.
x. Provide a notes section on each interconnect drawing. In the note
section, list any variances from the Contract conduit schedule
necessary for completing the interconnections. Change orders

ATEEM December 2016 26 05 00 - 11 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
regarding wire fill, conduit schedule and errors in plans regarding
conduits and wires will not be processed until interconnect
drawings have been received for such work.
y. The field electrician shall mark-up all interconnection diagrams
during installation to show accurate as-built wiring, conduits runs,
terminations, etc. If interconnection drawings are not properly as-
built, the Electrical Contractor will have cost deducted from the
Contract for the Owner to field verify and prepare as-built
interconnection drawings amount. The amount of the deduction
shall be determined on a time and material basis. The cost of such
work shall be $120.00 per hour plus expenses.
z. The system supplier shall be responsible to collect all information
necessary to complete each interconnection drawing. This includes
making field trips to collect all terminal connection data for new
and existing, panels, switchboards, panelboards, instruments,
equipment and electrical panels.
aa. An index of drawings shall be provided with each Interconnection
submittal listing the unique drawing number and the description of
the interconnect drawing (e.g. Drawing 4321-IC1004 Pump 1004
Interconnect Drawing).
bb. Provide conduit and interconnect drawing cross reference indexes.
Interconnect Conduit Index shall list all conduits listed in the
Conduit & Wire Routing schedule and its associated
Interconnection Drawing number. An Interconnection Drawing
Index shall list all Interconnection drawings and the conduits
shown on that specific drawing. These two indexes shall be at the
front of all interconnection drawing submittals.
cc. Interconnection submittals that contain more than two motor
control panels/centers shall have heavy duty dividers with
permanent plastic labeled index tabs separating each group of
drawings.
6. Submit full size drawing of all nameplates and tags, as specified herein, to
be used on project. The Engineer has the right to adjust nameplate
engraving titles during submittals at no additional cost to the Owner.
Submittal to include the following:
a. Dimensions of nameplate.
b. Exact lettering and font for each nameplate.
c. Color of nameplate.
d. Color of lettering.
e. Materials of construction.
f. Method and materials for attachment.

ATEEM December 2016 26 05 00 - 12 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
g. Drawing showing location of nameplate on each panel.
E. Each submittal shall be bound in a three ring binder, which is sized such that when
all material is inserted, the binder is not over 3/4 full. Binder construction shall
allow easy removal of any page without complete manual disassembly; spiral ring
type binders are not acceptable.
1. Each binder shall be appropriately labeled on the outside spine & front
cover with the project name, contract number, equipment suppliers name,
specification section(s), and major material contained therein.
2. An index shall be provided at the inside of the front cover. This index shall
itemize the contents of each tab and sub tab section. Also, list the project
name, contract number and equipment suppliers name, address, phone
number, and contact person on the index page. Index dividers (tabs) shall
be provided to separate each section.
3. All copies shall be clear and legible. Data sheets shall be provided for each
instrument, with an index and proper identification and cross-referencing.
4. Failure to provide submittals with heavy duty permanent plastic labeled
index tabs may be grounds for immediate rejection without review.
F. Field equipment shop documents, panel equipment shop documents, drawings, and
bill of materials shall be grouped under separate tabs. Catalog cuts shall be ordered
in the same sequence as their corresponding Contract specification subsection.
G. Drawings shall be submitted in a separate hole-punched binder that covers the
entire 11 X 17 length of the Drawing:
1. Each drawing title block shall contain the English description name for
drawing contents (i.e. Lift Pump No. 1 Interconnect Drawing) and drawing
number. All pages and drawings in the submittal shall be numbered
sequentially (with no number skipped) in lower right hand corner.
2. Drawings that are "C" or "D" size shall be folded, with the title block
visible and placed in reinforced clear plastic pockets.
H. Catalog cuts and drawings shall be submitted for all devices and components in the
electrical system.
I. Exceptions to the Contract specifications or drawings shall be clearly defined by
the equipment supplier.
1. Data shall contain sufficient details so a proper evaluation may be made by
the Engineer. Contractor shall provide separate letter (located in the front
of the submittal) detailing specific exceptions to the Contract
Specifications or Drawings.
2. Exceptions that are noted in the marked-up Drawings or Specifications, but
not listed on the Exceptions/Clarifications letter, will be considered as non-
responsive and not accepted as changes to the Contract Documents

ATEEM December 2016 26 05 00 - 13 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
J. The Supplier shall coordinate submittals with the work so that project will not be
delayed. This coordination shall include scheduling the different categories of
submittals, so that one will not be delayed for lack of coordination with another.
K. No material or equipment shall be allowed at the job site until the submittal for such
items has been favorably reviewed by the Engineer and marked No Exceptions
Taken or Make Corrections Noted.
L. The equipment specifications have prepared on the basis of the equipment first
named in the Specifications. The Supplier shall note that the second named
equipment, if given, is considered acceptable and equal equipment, but in some
cases additional design, options, or modifications may be required, at no additional
cost, to meet Specifications.
M. The decision of the Engineer governs what is acceptable as a substitution. If the
Engineer considers it necessary, tests to determine equality of the proposed
substitution shall be made, at the Supplier's expense, by an unbiased laboratory
satisfactory to the Engineer.
N. Electrical submittals shall be complete giving all details of connections, wiring,
instruments, enclosures, materials and dimensions. Standard sales literature will not
be acceptable.
O. Request for information (RFIs) shall not be included in submittals. RFIs shall be
submitted separately in its individual submittal number.
P. Resubmittals shall be provided with a copy of the previous submittal comments and
a separate letter, on company letterhead, identifying how each submittal comment
has been addressed in the resubmittal.

PART 2 - MATERIALS

2.01 QUALITY
A. It is the intent of the Contract specifications and drawings to secure the highest
quality in all materials and equipment in order to facilitate operation and
maintenance of the facility. All equipment and materials shall be new and the
products of reputable suppliers having adequate experience in the manufacture of
these particular items. For uniformity, only one manufacturer will be accepted for
each type of product.
B. All equipment shall be designed for the service intended and shall be of rugged
construction, of ample strength for all stresses that may occur during fabrication,
transportation, erection, and continuous or intermittent operation. All equipment
shall be adequately stayed and braced and anchored and shall be installed in a neat
and workmanlike manner. Appearance and safety, as well as utility shall be given
consideration in the design of details. All components and devices installed shall
be standard items of industrial grade, unless otherwise noted, and shall be of sturdy
and durable construction suitable for long, trouble free service. Light duty, fragile
and competitive grade devices of doubtful durability shall not be used.

ATEEM December 2016 26 05 00 - 14 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
C. Products that are specified by manufacturer, trade name or catalog number
established a standard of quality and do not prohibit the use of equal products of
other manufacturers provided they are favorably reviewed by the Engineer prior to
installation.
D. Underwriters Laboratories (UL) listing is required for all substituted equipment
when such a listing is available for the first named equipment.
E. When required by the Contract specifications or requested by the Engineer, the
Contractor shall submit equipment or material samples for test or evaluation. The
samples shall be furnished with information as to their source and prepared in such
quantities and sizes as may be required for proper examination and tests, with all
freight and charges prepaid. All samples shall be submitted before shipment of the
equipment or material to the job site and in ample time to permit the making of
proper tests, analyses, examinations, rejections, and resubmissions before
incorporated into the work.
F. All equipment shall be designed and constructed so that in the event of a power
interruption, the equipment specified hereunder shall resume normal operation
without manual resetting or operator interaction when power is restored.
G. Signal transmission from remote or field electric and electronic devices shall be
4-20 mA, sourced by a 24 VDC loop supply from the panel that is to receive the
signal. Nonstandard transmission methods such as impulse duration, pulse rate, and
voltage regulated will not be permitted except where specifically noted.
H. Outputs of equipment that are not of the standard signals as outlined, shall have the
output immediately raised and/or converted to compatible standard signals for
remote transmission.
I. It is the System Suppliers responsibility to visit jobsite to collect and document
existing conditions and equipment device part numbers in order for all similar
called out new equipment to match existing.

2.02 NAMEPLATES AND TAGS


A. Equipment exterior nameplates - Nameplate material shall be rigid laminated black
phenolic with beveled edges and white lettering; except for caution, warning, and
danger nameplates the color shall be red with white lettering. The size of the
nameplate shall be as shown on the drawings. No letters are allowed smaller than
3/16". All phenolic nameplates located outdoors shall be UV resistant. Securely
fasten nameplates in place using two stainless steel screws if the nameplate is not
an integral part of the device. Epoxy cement or glued on nameplates will not be
acceptable. Engrave the nameplates with the inscriptions as approved by the
Engineer in the submittal.
1. For each major piece of electrical equipment provide a manufacturer's
nameplate showing the Contract specified name and number designation,
the manufacturer's name, model designation, part number, serial number,
and pertinent ratings such as voltage, amperage, # of phases, range,
calibration, etc.

ATEEM December 2016 26 05 00 - 15 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
2. For each device with a specific identity (pushbutton, indicator, instrument,
etc.) mounted on the exterior or deadfront of a piece of equipment provide
a nameplate with the inscription as shown in the Contract documents.
Where no inscription is indicated in the Contract documents, furnish
nameplates with an appropriate inscription providing the name and number
of device.
3. For all receptacles and switches, provide a faceplate engraved or stamped
with the panelboard and circuit number it is fed from. Also, include on
faceplate or on a separate nameplate for each light switch identification use
such as OUTSIDE BUILDING LIGHTS, PERIMETER LIGHTS,
MCC ROOM, etc.
4. All field instruments and devices shall be labeled with designation shown
on P&ID diagrams.
5. All transformers and panelboards shall have nameplates with " high
letters and be engraved with designations as shown on one-line Drawings.
6. All safety and disconnect switches shall have nameplates with high
letters and be engraved with designations as shown on one-line drawings.
7. Underground Pull Box and Vault Cover Identification: Engrave or bead
weld pull box covers with minimum 1/4 thickness and 1/2 letters and
Covers shall be engraved with designations as shown on Contract drawings
or as directed by Owner.
8. Aboveground Pull Box Cover Identification: 316 stainless steel screws
attached stamped 316 stainless steel plate nameplates with 1/2 letters and
be engraved with designations as shown on Contract drawings or as
directed by Owner.
9. Service entrance equipment shall have engraved nameplate with 1/2
letters (red with white lettering) indicating type and location of standby
generator per NEC 702.7 (A).
10. Service entrance equipment shall have engraved nameplate for generator
grounding per NEC 702.7(B)
11. Generator receptacles and generator lug panels shall have engraved
nameplate with letters (red with white lettering) per NEC 702.7.(C)
B. Equipment Interior Nameplates - Nameplate material shall be clear plastic with
black machine printed lettering as produced by a KROY or similar machine; except
caution, warning, and danger nameplates shall have red lettering. The size of the
nameplate tape shall be no smaller than 2" in height with 3/8" lettering unless
otherwise approved by the Engineer. Securely fasten nameplates in place on a clean
surface using the adhesion of the tape. Add additional clear glue to hold the
nameplate securely in place when necessary. For each device with a specific
identity (relay, module, power supply, fuse, terminal block, etc.) mounted in the
interior of a piece of equipment provide a nameplate with the inscription as shown
in the Contract documents. Where no inscription is indicated in the Contract

ATEEM December 2016 26 05 00 - 16 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
documents, furnish nameplates with an appropriate inscription providing the name
and number of device used on the submittal drawings. Stamp the nameplates with
the inscriptions as approved by the Engineer in the submittal.
C. Equipment Tags - When there is no space or it is impractical to attach an engraved
phenolic nameplate with screws, as is the case with most field devices and
instruments, the Contractor shall attach a tag to the equipment with the same
inscriptions as specified above in paragraph A. The tag shall be made from stainless
steel material and the size of the nameplate shall be no smaller than 3/8"h x 2"w
with 3/16" machine printed or engraved lettering unless otherwise approved by the
Engineer. The tag shall be attached to the equipment with stainless steel wire of the
type normally used for this purpose. SST wire shall be crimp connected. Twisting
ends together is not acceptable.
D. Existing METERING Service Equipment Label: Per NEC 110.24 (B) verify or
recalculate maximum available fault current at service equipment and provide new
label listing level of maximum available fault current. Label shall include date the
fault current calculation was performed and be weather & UV rated. Service
equipment shall not be hand labeled.
E. Engrave or machine print the tags with inscriptions as approved by the Engineer in
the nameplate submittal.
F. Provide temporary labels for all instruments and devices immediately when
installed. Temporary labels shall be provided with 1/2" letters minimum and labeled
with P&ID tag number.

2.03 DEVICES
A. Fuses
1. Fuses used in circuits 200 VAC and above shall be time- delay type FNQ
or approved equal, 13/32" x 1", and have an interrupting rating of 10,000
AIC at 500 VAC. Fuse holders shall be of the barrier type and rated 600
VAC.
2. Fuses used in 120 VAC shall be time-delay type MDL or approved equal,
1/4" x 1", and have a rating of 250 VAC. Fuse-holders shall be of the
terminal block type.
3. Fuses used in signal and 24 VDC circuits shall be fast acting type ABC or
approved equal, " x 1", and have an rating of 250 VAC. Fuse-holders
shall be of the terminal block type.
4. Fuses shall be sized in conformance with the NEC.
B. Terminal Blocks
1. Control Panel Terminal Blocks
a. Terminal blocks to be clamp type, 6mm spacing, 600 volt,
minimum rating of 30 amps, and mounted on DIN rail, Phoenix
UK5-N type. DIN rail shall be same type as used for the relays.

ATEEM December 2016 26 05 00 - 17 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
Install an extra DIN rail on each type of terminal strip with 4
terminals for future additions.
b. Provide terminal blocks with "follower" plates which compress the
wires and have wire guide tangs for ease of maintenance. Terminal
blocks which compress the wires with direct screw compression are
unacceptable. All power, control and instrument wires entering and
leaving a compartment shall terminate on terminal blocks with wire
numbers on terminals and on both ends of the wires.
c. Terminal Tags and Markers: Each terminal strip shall have a unique
identifying alphanumeric code at one end (i.e.: TB1, TB2, etc.) and
plastic marking strip running the entire length with a unique
number for each terminal. On each terminal strip, terminal
numbers shall be assigned starting with #1 at one end, incrementing
in alphanumerical order (i.e.: 1,2,3,4....). Numbers shall be
assigned to all blocks except grounding blocks. Fuse blocks shall
be assigned unique tag numbers such as FU1, FU2. No two fuses
shall be assigned the same tag number.
d. Plastic marking tabs shall be provided to label each terminal block.
These marking tabs shall have a unique number/letter for each
terminal which is identical to the "elementary" and "loop" diagram
wire designation. Numbers on these marking strips shall be
machine printed and 1/8 inch high minimum.
e. Terminal blocks shall be physically separated into groups by the
level of signal and voltage served. Power and control wiring above
100 volts shall have a separate group of terminal blocks from
terminal blocks for wiring below 100 volts, intermixing of these
two types of wiring on the same group of terminal blocks is not
allowed.
f. Provide a ground terminal or connection point for each grounding
conductor.
g. Provide a separate common or neutral terminal for every two
(maximum) inputs and/or outputs.

2.04 MANUAL TRANSFER SWITCH


A. Open Transition Switch Unit
1. The transfer switch unit shall be electrically operated and mechanically
held open transition type. The electrical operator shall be a single-solenoid
mechanism, momentarily energized. Main operators which include
overcurrent disconnect devices will not be accepted. The switch shall be
mechanically interlocked to ensure only one of two possible positions,
normal or emergency.
2. The switch shall be positively locked and unaffected by momentary
outages so that contact pressure is maintained at a constant value and

ATEEM December 2016 26 05 00 - 18 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
temperature rise at the contacts is minimized for maximum reliability and
operating life.
3. All main contacts shall be silver composition. Switches rated 600 amperes
and above shall have segmented blow-on construction for high withstand
current capability and be protected by separate arcing contacts.
4. Inspection of all contacts shall be possible from the front of the switch
without disassembly of operating linkages and without disconnection of
power conductors. A manual operating handle shall be provided for
maintenance purposes. The handle shall permit the operator to manually
stop the contacts at any point throughout their entire travel to inspect and
service the contacts when required.
5. Designs utilizing components of molded-case circuit breakers, contactors,
or parts thereof which are not intended for continuous duty, repetitive
switching or transfer between two active power sources are not acceptable.
6. All control wiring shall have permanent identification at each point of
connection. Wire identification shall be by machine printed numbered
wiring sleeves. Electrically common wires shall have the same wire
number. Electrically different wiring shall have unique wire numbers.
7. Control wiring shall be neatly bundled and secured in place by plastic cable
ties. Wiring shall be protected with plastic spiral wrap where it is subject
to mechanical damage or crosses over to a hinged door.
8. The switch assembly shall be in a NEMA 3R free standing switchboard
enclosure with code gauge fully finished steel with rust resistant primer
and two coats of baked enamel paint, the MTS manufacturers standard
grey color. Control panel shall be located on a deadfront door behind the
outer padlockable door.
9. The manual transfer switch or Non-automatic transfer switch shall be
ASCO 386 H3NTS, Zenith or approved equal.
B. Control Panel
1. A microprocessor based control panel shall be provided to direct the
operation of the transfer switch. The controller's sensing and logic shall be
controlled by a built-in microprocessor for maximum reliability, minimum
maintenance, and inherent serial communications capability. The
controller shall be connected to the transfer switch by an interconnecting
wiring harness. The harness shall include a keyed disconnect plug to
enable the controller to be disconnected from the transfer switch for routine
maintenance. .
2. The transfer switch control panel shall be mounted separately from the
transfer switch and shall be supplied with a quick disconnect plug for ease
of maintenance.
3. The control panel shall meet or exceed the voltage surge withstand
capability in accordance with IEEE Standard 472-1974 (ANSI C37.90a

ATEEM December 2016 26 05 00 - 19 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
1974) and the withstand voltage test in accordance with the proposed
NEMA Standard ICS1-109.21.
4. The phase failure or undervoltage of each phase of the normal power
source shall be monitored.
5. Contacts shall be provided for starting the engine when the normal source
fails. The contacts shall be double pole double throw (DPDT), and
compatible with low and high voltage engine start signals.
6. Two auxiliary dry contacts shall be provided. One that closes when the
switch is in the normal position and one that closes when the switch is in
the emergency position. These auxiliary contacts shall be rated 1 amp at
120 volts.
7. LED display to show voltage of each phase and frequency. This display
shall also show timer setpoint values, which can be changed with keypad.
8. Indicating lights shall be provided, one to indicate when the NTS is
connected to the normal source (green) and one to indicate when the NTS
is connected to the emergency source (red).
9. All adjustments shall be fully field adjustable without the use of tools,
meters, power supplies, or special test equipment.
10. Each adjustment resolution shall be settable within minimum increments
of 1%.
11. The control panel shall be arranged such that adjustments to time delay
settings can be safely made without personal exposure to live parts.
12. The control panel shall be completely covered to protect against accidental
contact, foreign matter, and tampering.
13. The wire harness for connection of the control panel to the transfer switch
shall have sufficient length to reach between the mounting locations shown
on the design drawings.

2.05 GENERATOR TERMINATION PANEL


A. Enclosure shall be NEMA 3R, UL Listed, wall mounted, aluminum with seams
continuously welded & ground smooth, and fast access door latches. Outer door
shall have provisions for locking enclosure with standard padlock. Cables shall be
accessed via a bottom trap door to the panel.
B. Provide metal data pocket within each enclosure and box to hold as-built drawings.
C. Install printed instructions on the inside door of the docking station panel with
D. Panel shall be provided with NEC standard color coded cam-type receptacles and
bus connections. Provided with permanent operating instructions affixed to panel.
E. Generator Cable connectors shall be two sets of female receptacles, color coded, 4
pole, 4 wire 400A, GRN, WHT, BLK, ORG, and YLW mounted on an angle panel.

ATEEM December 2016 26 05 00 - 20 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
F. Trystar Rotary Generator Docking Station, Power Temp Systems, or approved
equal.

2.06 WIRE
A. This section applies to all wires or conductors used internal for all electrical
equipment or external for field wiring. All wires shall be properly fused or
protected by a breaker at the amperage rating allowed by the NEC.
B. Material - Wire shall be new, plainly marked with UL label, gauge, voltage, type
of insulation, and manufacturer's name. All wire shall conform to the following:
1. Conductors shall be copper, with a minimum of 98% conductivity.
2. Wire shall be Class B stranded.
3. Insulation of all conductors and cables shall be rated 600 volt.
4. Insulation type for conductors smaller than #6 AWG shall be moisture and
heat resistant thermoplastic THWN, rated 90 C in dry locations and 75 C
in wet locations, or approved equal. Conductors #6 AWG and larger shall
be XHHW insulation rated 90 C in dry locations and 75 C in wet
locations.
5. Field wire minimum AWG sizes:
a. #12 for wires used for individual conductor circuits 100 volt and
above.
b. #14 for wires used for individual conductor circuits below 100 volt.
6. Non-field or equipment wire minimum AWG sizes:
a. #14 for wires used for individual conductor circuits 100 volt and
above.
b. #18 for wires used for individual conductor circuits below 100 volt.
7. Instrument wiring:
a. General: Instrument cables shall have 600V rated insulation and
100% individual shielded twisted pair #16 conductors with drain
wire. Single twisted shielded pair (T.S.PR.) cables shall be Belden,
or approved equal.
C. Color code - Color code of all wires shall conform with the following table:
WIRES COLOR CODE TABLE

DESCRIPTION PHASE/CODE FIELD WIRE NON-FIELD WIRE


LETTER WIRE OR TAPE COLOR COLOR
480 V, 3 PHASE A BROWN BROWN
B ORANGE ORANGE
C YELLOW YELLOW
240 V or 208 V, 3P A BLACK -
B RED (ORANGE if high leg) -

ATEEM December 2016 26 05 00 - 21 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
DESCRIPTION PHASE/CODE FIELD WIRE NON-FIELD WIRE
LETTER WIRE OR TAPE COLOR COLOR
C BLUE -
240 / 120 V, 1 P L1 BLACK BLACK
L2 RED -
12V POSITIVE 12P DARK BLUE DARK BLUE
12V NEGATIVE 12N BLACK/RED STRIPE BLACK/RED STRIPE
24V POSITIVE 24P PINK PINK
24V NEGATIVE 24N BLACK/WHITE STRIPE BLACK/WHITE
STRIPE
AC CONTROL VIOLET RED (YELLOW FOR
FOREIGN
CIRCUITS)
DC CONTROL BLUE BLUE
NEUTRAL N WHITE WHITE
GROUND G GREEN GREEN
SHIELDED PAIR + BLACK RED
- CLEAR (WHITE) BLACK
1. High leg of open delta shall be colored orange per NEC 110.15.
2. The same color shall be connected to the same phase throughout the panel.
3. All wires shall be properly fused or protected by a breaker at the amperage
rating allowed by the NEC.
4. Neutral used for AC Control shall be white.
5. Phase color insulation shall be provided for complete length of #8 wire or
smaller; colored phase tape is not allowed on #8 and smaller wire.
D. Wire identification - all wires, field and interior to equipment, shall be identified
with machine permanent ink printed sleeve markers or clip-on markers covered
with clear plastic heat shrinkable tubing. Hand lettered wire labels are not
acceptable and shall be replaced at the Contractor's expense. All wires that are
electrically the same (connected to common termination points) and do not pass
through a contact or other switching device shall have the same wire identification.
The wire labeling code for each end of the same wire shall be identical. Tubing
shall be sized for the wire and shrunk into place with the properly sized heat gun.
The wire identification code for field and panel wiring shall be the number/letter
designated on the interconnection, "loop or elementary" diagrams.
E. SPECIAL PURPOSE WIRING
1. Manufacturer Supplied Cables (MNFR CBL): Cables and wiring for
special systems shall be provided by the manufacturer with the equipment
and installed per the manufacturer's recommendations.

2.07 CONDUIT, RACEWAYS, AND WIREWAYS


A. GENERAL - Conduit, raceways, and wireways, wiring methods, materials,
installation shall meet all requirements of the NEC, be UL labeled for the
application, and meet the minimum following specifications.

ATEEM December 2016 26 05 00 - 22 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
1. All wiring shall be installed in conduits, raceways, or wireways when
interconnecting equipment and devices.
2. The Contractor shall use special conduit, raceways, wireways, construction
methods, and materials as shown on the Contract drawings; which shall
take precedence over any general methods and materials specified in this
Section.
3. The minimum size conduit shall be -inch unless indicated otherwise on
the Drawings or for special connections to equipment. Buried, encased, or
conduits located in walls shall be 1-inch minimum.
4. Conduit stubs for future use shall be capped with coupling, nipple, plug
and cap and each end identified with conduit labels.
5. CONDUIT MARKING
a. All conduits and raceways listed in Conduit & Wire Routing
Schedule shall have conduit tags at both ends of each conduit
segment. This includes all conduits in pullboxes and vaults.
b. Tag material shall be aluminum with machine stamped lettering.
The size of the tag shall be 1/2 high. No letters are allowed smaller
than 1/4". Securely fasten tags in place using stainless steel cables.
Engrave the tags with the conduit number as listed in the conduit
schedule on the Contract "E"-series Drawings. Labeling shall be
neatly installed for visibility and shall be clearly legible.
B. GALVANIZED RIGID STEEL CONDUIT (GRS)
1. Rigid steel conduit, couplings, bends and nipples shall be in accordance
with ANSI C80.1 and UL-6.
2. Hotdip galvanized inside and outside after fabrication and then coated with
a zinc dichromate finish. Provide threaded type fittings, couplings, and
connectors; set screw type and compression type are not acceptable.
3. Minimum trade size - three-quarters inch (") unless otherwise shown on
Contract Drawings.
4. Galvanized rigid steel factory elbows for 90 degree transitions.
5. EMT or IMC is not considered an equivalent to GRS.
6. GRS conduit is allowed only when specifically called out in the Conduit
and Wire Routing Schedule.
C. GALVANIZED RIGID STEEL CONDUIT - PVC COATED (GRS-PVC)
1. Standard weight, galvanized conduit with a 40-mil thick polyvinylchloride
coating bonded to both the outside and urethane interior coating. Conduit
shall be hot-dip galvanized conforming to NEMA RN 1. GRS-PVC
conduit and fittings to be Robroy Plasti-bond Red or approved equal.
2. Provide PVC coated galvanized rigid steel factory ells for 90 degree
transitions.

ATEEM December 2016 26 05 00 - 23 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
3. Fittings and boxes shall be stainless steel or galvanized cast ferrous metal
with a PVC 40 mils thick coating. Provide threaded-type fittings,
couplings, and connectors; set-screw type and compression-type are not
acceptable.
4. All junction boxes shall be galvanized with exterior surfaces PVC coated
to 40 mils thickness, except where stainless steel boxes are called out.
5. Conduits entering enclosures shall be fitted with insulated grounding
bushing; O-Z "HBLG", Appleton "GIB", or approved equal. All grounding
bushings shall be tied to the grounding system with properly sized bonding
conductors per the NEC code.
6. Support channel and pipe straps shall be PVC coated. Exposed metal/nuts,
all-thread rod shall be 316 stainless steel.
7. PVC coating patching material shall be as provided by the manufacturer.
D. PVC CONDUIT, (PVC-40 OR PVC-80)
1. Shall be high impact polyvinylchloride suitable for use underground, direct
burial and for use with 90 C wires, and shall conform to UL 651. Shall be
UL listed and labeled for "direct" burial.
2. A copper bonding conductor shall be pulled in each raceway and bonded
to equipment at each end with approved lugs.
3. Risers shall be made with PVC coated galvanized rigid steel (GRS-PVC)
conduit using threaded adapters. Bond each metallic portion to each other
and to equipment connected at each end of conduit run.
4. PVC fittings shall have solvent-weld-type conduit connections.
5. PVC conduit shall be stored on a flat surface and shielded from the sun.
6. PVC conduit shall not be used above grade.
E. LIQUID TIGHT FLEXIBLE METAL CONDUIT - (SEAL TIGHT)
1. All flex conduits shall have water tight outer jackets.
2. Connectors:
a. Non-NEMA 1 or 12 areas: PVC coated metallic with insulated
bushings.
b. NEMA 1 or 12 areas: Metallic with insulated bushings.
3. Final connections to vibrating equipment such as motors and fans shall be
made with flexible conduits.
4. Flexible conduit lengths shall not be greater than 36 inches.
5. Flexible metallic conduit shall not be considered as a ground conductor,
install a separate wire for equipment bonding.
6. Flexible conduit shall only be installed in exposed or accessible locations.

ATEEM December 2016 26 05 00 - 24 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
7. Flexible conduits shall be used for conduit coupling to all vibrating and
shifting equipment.

2.08 GROUNDING SYSTEM


A. Ground clamps shall be bolt-on type as manufactured by ILSCO type AGC, O-Z
Gedney Type GRC, Burndy Type GAR or GP, or approved equal.
B. All ground rod, pipe, and steel plate and buried bond connections shall be made by
welding process equal to Cadweld.
C. Ground buses shall be provided in all electrical enclosures. Each ground bus shall
be sized as shown on the Contract drawings or specified herein. The ground bus
shall be adequately sized for the connection of all grounding conductors required
per NEC. Screw type lugs shall be provided on all ground busses for connection
of grounding conductors.
D. Grounding conductors shall be sized as shown on the Plans or in accordance with
NEC table 250.122, whichever is larger.
E. Conduit grounding bushings shall be installed on all metallic conduits. Conduit
grounding bushings shall be set screw locking type electra-galvanized malleable
iron with insulation collar and shall be provided with a feed through compression
lug for securing the ground bonding wire.
F. Bonding wires shall be installed on all conduits with grounding bushings,
expansion joints and for continuity of raceways transitions. Bonding wires shall be
solid bare copper sized and installed per NEC 250.102. Bonding wires at endpoints
shall be connected to enclosure ground bus or equipment grounding lug.
G. Each ground bus shall be copper. Screw type fasteners shall be provided on all
ground busses for connection of grounding conductors. Ground bus shall be a
Challenger GB series, ILSCO CAN series or approved equal.
H. Attachment of the grounding conductor to equipment or enclosures shall be by
connectors specifically provided for grounding. Mounting, support, or bracing bolts
shall not be used as an attachment point for ground conductors.
I. All raceway systems, supports, enclosures, panels, motor frames, and equipment
housings shall be permanently and effectively grounded.
J. One side of the secondary on all transformers shall be grounded to the ground bus.
K. The system neutral conductor and all equipment and devices required to be
grounded by the National Electrical Code shall be grounded in a manner that
satisfies the requirements of the National Electrical Code.
L. The system neutral (grounded conductor) shall be connected to the system's
grounding conductor at only a single point in the system. This connection shall be
made by a removable bonding jumper sized in accordance with the applicable
provisions of the National Electrical Code if the size is not shown on the Drawings.
The grounding of the system neutral shall be in the enclosure that houses the service
entrance main overcurrent protection.

ATEEM December 2016 26 05 00 - 25 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
M. All receptacles shall have their grounding contact connected to a grounding
conductor.
N. Branch circuit grounding conductors for receptacles, or other electrical loads shall
be arranged such that the removal of a lighting fixture, receptacle, or other load
does not interrupt the ground continuity to any other part of the circuit.
O. Negative side of all VDC power supplies shall be grounded.

PART 3 - EXECUTION

3.01 ELECTRICAL WORKMANSHIP


A. All work in this Section shall conform to the codes and standards outlined herein.
B. The Contractor shall employ personnel that are skilled and experienced in the
installation and connection of all elements, equipment, devices, instruments,
accessories, and assemblies. All installation labor shall be performed by qualified
personnel who have had experience on similar projects. Provide first class
workmanship for all installations.
C. Ensure that all equipment and materials fit properly in their installations.
D. Perform any required work to correct improper installations at no additional
expense to the Owner.
E. The Engineer reserves the right to halt any work that is found to be substandard or
being installed by unqualified personnel.

3.02 ELECTRICAL CONSTRUCTION METHODS, GENERAL


A. All wiring shall be neatly bundled and laced with plastic tie-wraps, anchored in
place by screw attached retainer. Where space is available, such as in electrical
cabinets, all wiring shall be run in slotted plastic wireways or channels with dust
covers. Wireways or channels shall be sized such that the wire fill does not exceed
60%. Wires carrying 100 volts and above shall be physically separated from lower
voltage wiring by using separate bundles or wireways with sufficient distance to
minimize the introduction of noise, crossing only at 90 degree angles. Tie-wraps
shall be T & B TY-RAP's, or approved equal.
B. All devices shall be permanently labeled and secured in accordance with
subsections labeled NAMEPLATES AND TAGS.
C. All field wires and panel wires have wire markers as specified in the WIRE
subsection.
D. All components associated with a particular compartment's or enclosure's function
shall be mounted in that compartment or enclosure.
E. Spacing and clearance of components shall be in accordance with UL, and NEC
standards.
F. Wires shall not be spliced except where shown. Devices with pigtails, except
lighting fixtures, shall be connected at terminal blocks. Equipment delivered with

ATEEM December 2016 26 05 00 - 26 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
spliced wires shall be rejected and the Contractor required to replace all such
wiring, at no additional cost to the Owner.
G. No wires shall be spliced without prior approval by the Engineer.
H. Where splices are allowed or approved by the Engineer they shall conform with the
following:
1. Splices of #10 and smaller, including fixture taps, shall be made with
see-thru nylon self-insulated twist on wire joints; T & B "Piggys," Ideal
Wing Nut, or approved equal.
2. Splices of #8 and larger shall be hex key screw two way connectors, with
built in lock washers; T & B "Locktite," O-Z type XW, or approved equal,
insulated with 3M Scotch Super #88, Plymouth, or approved equal.
3. Splices in underground pullboxes shall be insulated and moisture sealed
with 3M "Scotchcast" cast resin splice kits and shall have a date marking
for shelf life. Do not use splice kits with a date marking for shelf life that
has expired.
4. Wire splicing devices shall be sized according to manufacturer's
recommendations.
I. Tapes shall conform to the requirements of UL 510 and be rated: 105 degrees C,
600V, flame retardant, hot and cold weather resistant. Vinyl plastic electrical tape
shall be 7 mil black. Phase tape shall be 7 mil vinyl plastic, color coded as specified.
Electrical insulation putty shall be rubber based, elastic putty in tape form. Tape
shall be Scotch Bran 3M Supper 33+ or approved equal.
J. Connections to terminals shall be as follows:
1. Use connector or socket type terminals furnished with component.
2. Connections to binding post screw, stud or bolt use:
a. For #10 and smaller wire, T & B "Sta-Kon," Buchanan "Termend"
or approved equal, self-insulated locking forked tongue lug.
b. For #8 to #4/0 wire, T & B "Locktite," Burndy QA or approved
equal lug of shape best suited.
3. Use ratchet type crimping tool, which does not release until proper crimp
pressure has been applied.
K. Equipment shall be wired and piped by the manufacturer or supplier. Major field
modifications or changes are not allowed without the written "change order"
authority by the Engineer. When field changes are made, the components,
materials, wiring, labeling, and construction methods shall be identical to that of
the original supplied equipment. Contractor's cost to replace or rework the
equipment to match original manufacturer or supplier methods shall be done at no
additional cost to the Owner.

ATEEM December 2016 26 05 00 - 27 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
L. Mating fittings, bulkhead fittings, plugs, lugs, connectors, etc. required to field
interface to the equipment and panels shall be provided by the supplier when the
equipment is delivered.
M. All electrical and instrumentation factory as-built drawings associated with the
equipment shall be provided with the equipment when it is delivered to the job site.
Drawings for each piece of equipment shall be placed in clear plastic packets of
sufficient strength that will not tear or stretch from drawing removal and insertion.

3.03 ELECTRICAL EQUIPMENT, GENERAL


A. Panel cutouts for devices (i.e. indicating lights, switches) shall be cut, punched, or
drilled and smoothly finished with rounded edges. Exposed metal from cutouts that
are made after the final paint finish has been applied shall be touched up with a
matching paint prior to installing device. Do not paint nameplates, labels, tags,
switches, receptacles, conductors, etc.
B. All doors shall be fully gasketed with non-shrinkable, water and flame resistant
material.
C. Bolts and screws for mounting devices on doors shall be as specified by the
manufacturer, otherwise they shall have a flush head which blends into the device
or door surface. No bolt or screw holding nuts shall be used on the external surface
of the door.
D. No fastening devices shall project through the outer surfaces of equipment.
E. Each component within the equipment shall be securely mounted on an interior
cubicle or backpan and arranged for easy servicing, such that all adjustments and
component removal can be accomplished without removing or disturbing other
components. Mounting bolts and screws shall be front located for easy access and
removal without special tools. Access behind the sub panel or backpan shall not be
required for removing any component.
F. HINGE LOOPS: Where wiring crosses hinged surfaces, provide a U" shaped
hinge loop protected by clear nylon spiral wrap. The hinge loop shall be of
sufficient length to permit opening and closing the door without stressing any of
the terminations or connections. Spiral wrap shall be Graybar T25N or approved
equal.
G. RETAINERS: Wire ways, retainers, and other devices shall be screw mounted with
round-head 316 stainless steel screws or mechanically mounted by push-in or
snap-in attachments. Glue or sticky back attachment of any type or style shall not
be used. Retainers shall be T&B TC series or approved equal.
H. ROUTING: Wires shall be routed in slotted plastic wire-ways with snap covers.
Wires carrying 120 VAC shall be separated as much as possible from other low
voltage wires and signal cables, and shall be routed only in ducts for 120 VAC. If
the power wiring has to cross the signal wiring, the crossing shall be as close to a
right angle as possible. Ducts for 24 VDC wiring shall be used for all other wires
and cables. Routing of 120 VAC in combined ducts is not allowed without prior
written approval of the Owner. Wires and cable shall be routed along the shortest

ATEEM December 2016 26 05 00 - 28 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
route between termination points, excepting routes which would result in routing
120 VAC and other wires and cables in the same duct. Wires and cables shall have
sufficient length to allow slack and to avoid any strain or tension in the wire or
cable. Wires and cables shall be placed in the ducts in a straight, neat and organized
fashion and shall not be kinked, tangled or twisted together. Additional wire
ducting shall be provided for use by the electrical subcontractor for routing field
wires to their landing points in the each electrical and instrumentation panel.
I. Wiring not routed in duct work shall be neatly bundled, treed, and laced with plastic
ties. Wiring across door hinges shall be carefully made up and supported to avoid
straining and chafing of the conductors or from putting any strain on their terminals.
J. TERMINATIONS: Single wire and cable conductors shall be terminated according
to the requirements of the terminal device. All terminations must be made at
terminals or terminal blocks. Use of spring or buttsplice connectors are not
allowed.
1. Provide 2 minimum separation between wireway and terminal blocks.
Installation of wireways too close to terminal blocks will be required to be
completely reworked to the satisfaction of the Owner.
2. For captive screw pressure plate type terminals, the insulation shall be
removed from the last 0.25 inches of the conductor. The conductors shall
be inserted under the pressure plate to full length of the bare portion of the
conductor and the pressure plate tightened without excess force. No more
than two conductors shall be installed in a single terminal. All strands of
the conductor shall be captured under the pressure plate.
3. For screw terminals, appropriately sized locking forked spade lugs shall be
used. Lugs shall be crimp on type that form gas tight connections. All
crimping shall be done using a calibrated crimping tool made specifically
for the lug type and size being crimped.
4. On shielded cables, the drain wire shall be covered with insulating tubing
along its full bare length between the cable jacket and the terminal lug or
terminal pressure plate.
5. For screwless terminals, wire shall be stripped back and inserted per the
manufacturer's instructions. When stripping insulation from conductors,
do not score or otherwise damage conductor.
6. Heat shrink shall be placed on ends of shielded cable to cover foil.
7. Additional condulets with terminal blocks shall be supplied for wire
termination to devices with leads instead of terminals. (i.e. solenoid valves,
level probe, etc.)
K. A ground bus shall be provided in each enclosure or cabinet. It shall have provisions
for connecting a minimum of ten grounding conductors. Screw type lugs shall be
provided for connection of grounding conductors. All grounding conductors shall
be sized as shown on plans or in accordance with NEC Table 250.122, whichever
is larger.

ATEEM December 2016 26 05 00 - 29 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
L. Minimum wire bending space at terminals and minimum width of wiring gutters
shall comply with NEC tables 373.6(A) & (B).
M. Future device and component mounting space shall be provided on the door,
backpan, and subpanel where detailed on the Drawings. Where no detail is shown,
provide a minimum of 15 percent usable future space.
N. Doors shall swing freely and close with proper alignment.

3.04 DELIVERY
A. Contractor shall inspect each electrical and instrumentation item delivered to the
jobsite.
B. Contractor shall unpack each item for inspection within two (2) days of arrival.
C. Complete written inventory shall be produced by Contractor and submitted to
Owner within (2) days after arrival on jobsite for record keeping prior to any
payment for the item.

3.05 DAMAGED PRODUCTS


A. Damage products will not be accepted. All damaged products shall be replaced with
new products at no additional cost to the Owner.

3.06 FASTENERS & LUGS


A. Fasteners for securing equipment to walls, floors, and the like shall be stainless
steel. The fastener size shall match equipment mounting holes.
B. Concrete pad with stainless steel anchor bolts shall be provided for all electrical
freestanding equipment.
C. All wall mounted panels or enclosures shall be spaced out from wall by stainless
steel unistrut or stainless steel spacers with minimum depth of 1/2.
D. All wire & cable lugs shall be copper; aluminum or aluminum alloy lugs shall not
be used. The Electrical Contractor shall supply all lugs to match the quantity & size
of wire listed in the conduit & wire routing schedule.

3.07 INSTALLATION, GENERAL


A. System:
1. Install all products per manufacturer's recommendations and the Drawings.
2. Contract Drawings are intended to show the basic functional requirements
of the electrical system and instrumentation system and do not relieve the
Contractor from the responsibility to provide a complete and functioning
system.
3. Device Mounting Heights:

ATEEM December 2016 26 05 00 - 30 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
a. Mounting heights of fixtures and devices shall be as follows unless
otherwise indicated or when height has to be adjusted to be over or
under counter tops.
1) Wall switches => 48 inches
2) Convenience outlets => 18 inches finished areas
=> 24 inches non-finished areas
=> Top of box no more than 48
inches above floor
3) Telephone outlets => 54 inches
4) Bracket fixtures => 7 feet 6 inches
B. Provide all necessary hardware, conduit, wiring, fittings, and devices to connect the
electrical equipment provided under other Sections. The following shall be done
by the Contractor at no additional cost to the Owner:
1. Provide additional devices, wiring, conduits, relays, signal converters,
isolators, boosters, and other miscellaneous devices as required to
complete interfaces of the electrical and instrumentation system.
2. Changing normally open contacts to normally closed contacts or vice
versa.
3. Adding additional relays to provide more contacts as necessary.
4. Installing additional terminal blocks to land wires.
C. All programmable devices, shall be programmed, set-up and tested by the
Contractor prior to startup at the Contractor system supplier facility. This includes
OI, PLC, and instrumentation. Programming and set-up parameters shall be
adjusted or changed as directed by the Owner or Engineer during start-up and
throughout the warranty period, at no additional cost to the Owner. Coordinate with
the Owner and setup all alarm, process, time delays and operation setpoints.
D. Panels and Enclosures:
1. Install panels and enclosures at the location shown on the Plans or
approved by the Engineer.
2. Install level and plumb.
3. Clearance about electrical equipment shall meet the minimum
requirements of NEC 110.26.
4. Box supports shall be located and oriented as directed in field by Owner.
E. Conduits and Ducts:
1. Care shall be exercised to avoid interference with the work of other trades.
This work shall be planned and coordinated with the other trades to prevent
such interference. Pipes shall have precedence over conduits for space

ATEEM December 2016 26 05 00 - 31 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
requirements. Exposed conduits shall be neatly arranged with runs
perpendicular or level and parallel to walls. Bends shall be concentric.
2. Install conduit free from dents and bruises.
3. All conduits shall be labeled on all ends; at junction boxes, pull boxes,
enclosures, stub-outs, or other terminations.
4. A maximum of three equivalent 90 degree elbows are allowed in any
continuous runs. Install pull boxes where required to limit bends in conduit
runs to not more than 270 degrees or where pulling tension would exceed
the maximum allowable for the cable.
5. Route all above grade outdoor conduits or conduits in rated areas parallel
or perpendicular to structure lines and/or piping.
6. Conduits installed outdoor or in NEMA 4X rated areas above grade shall
be braced in place with stainless steel Unistrut stanchions or PVC coated
clamps with backplates.
7. Exposed conduits runs shall not be run directly on the ground or roof.
Secure conduits to stainless steel unistrut.
8. Duct-taping conduits together is not acceptable. Conduits, installed into
concrete pads, shall be installed with a minimum of 2 distance between
conduits to allow installation of bushings.
9. Conduit entrances: Seal each conduit entrance from below grade into the
Panels, and other electrical enclosures with plugging compound sealant to
prevent the entrance of insects and rodents.
10. Special SoftJaw type pipe clamps shall be used to prevent damage to
PVC-coated conduits while field threading, cutting to length, and coupling
sections.
11. Conduits shall be painted to match the color of surface attached to as
directed by Owner.
12. All spares shall be mandrel and have pull ropes installed.
F. Conduit and Wire Routing Schedule:
1. Conduit material, wire size, and quantity listed in schedule take precedence
over Division 16 Specifications.
2. All of the entries for each line in the conduit schedule apply to each conduit
when multiple quantity of conduits multiple quantity of conduits (quantity
of which are indicated by number entered in conduit no. column in
schedule) are listed in the schedule.
3. Wire sizes listed are in AWG or Kcmil and are copper conductors.
4. Extra wire was intentionally placed in the Conduit & Wire Routing
Schedule which shall be labeled on both ends with a unique wire label.

ATEEM December 2016 26 05 00 - 32 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
5. Contractor to supply and install all conduits and wiring as shown on Utility
Engineered Design drawings. Utility primary and secondary conduit and
wiring shown in Conduit and Wire Routing Schedule is for bid purposes
only. A credit or add-on will be provided by Contractor based on the actual
work performed by Contractor for the Utility service.
6. All control and signal wiring terminations shall have the correct wire label
applied prior to making connection.
7. Conduit entries listed as GRS-PVC in the Conduit & Wire Routing
Schedule are to be Galvanized Rigid Conduits with PVC coating the
entire length.
8. Vertical offsets and sloping of conduits are not detailed on plans, the
Electrical Contractor shall include in his bid the price for the complete
conduit run utilizing the civil & mechanical plans to measure vertical &
slope distances.
G. Excavation and Back Filling:
1. The Electrical Contractor shall provide the excavation for equipment
foundations, and trenches for conduits or buried cables. Repave any area
that was paved prior to excavation. Backfill and surface all areas as shown
on the Drawings or where not shown to the original condition that was
present prior to the excavation.
2. Trenches for all underground utility lines shall be excavated to the required
depths.
3. Underground conduits outside of structures shall have a minimum cover of
24 inches except for utility conduits depth shall be as required by the
governing utility requirements. Back filling shall be done only after
conduits have been inspected.
4. Contractor shall uncover any uninspected covered conduit trenches, at no
additional cost to Owner, to verify proper installation.
5. Excavation and back fill conduit trenches shall conform to the
requirements of the Earthwork Section of these Specifications, unless
modified on plans, and to other entities as required.
6. At all times during the installation of the electrical distribution system, the
Contractor shall provide barricades, fences, guard rails, etc., to safeguard
all personnel, including small children, from excavated trenches.
H. Wiring, Grounding, and Shielding - It is important to observe good grounding and
shielding practices in the generally noisy environment in this application. The
shield of shielded cables shall be terminated to ground at one end only (source end),
the shield at the other end (receive end) shall be encased in an insulated material to
isolate it from ground.
I. Cutting and Patching - The Contractor shall do all cutting and patching required to
install his work. Any cutting which may impair the structure shall require prior

ATEEM December 2016 26 05 00 - 33 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
approval by the Engineer. Cutting and patching shall be done only by skilled labor
of the respective trades. All surfaces shall be restored to their original condition
after cutting and patching. Paint patched surfaces to match the original color.
J. Cleaning and Touch up:
1. Vacuum and clean the inside of all enclosures prior to applying power.
2. At the completion of the work, all parts of the installation, including all
equipment, exposed conduit, and fittings, shall be thoroughly cleaned of
grease and metal cuttings. Any discoloration or other damage to parts of
the finish, or the furnishings, due to the Contractor's failure to properly
clean the system, shall be repaired by the Contractor without cost to the
Owner.
3. The Contractor shall paint scratched or blemished surfaces with the
necessary coats of quick drying paint to match existing color, texture and
thickness. This shall include all prime painted electrical equipment
including but not limited to enclosures, poles, boxes, devices, etc.
K. Conduit entrances: Seal each conduit entrance from below grade into the MCC and
other electrical enclosures with plugging compound sealant to prevent the entrance
of insects and rodents. Conduits between the Power & Control Connection Boxes
and the MCC shall be sealed with plugging compound sealant on each end.
Plugging compound sealant shall be Courtaulds Aerospace (609 456-5700) Semco
PR-868 or approved equal.

3.08 OPERATION AND MAINTENANCE MANUALS


A. Operating manuals covering instruction and maintenance on each type of
equipment shall be furnished prior to completion of the project.
B. These instructions shall provide the following as a minimum:
1. Each set bound in a three ring binder and organized as specified herein.
2. As Constructed set of submittal shop documents, data sheets, and
drawings for all items in the electrical system.
3. A complete list of the equipment supplied, including serial numbers,
ranges, options, and pertinent data necessary for ordering replacement
parts.
4. Full, technical specifications on each item.
5. Detailed service, maintenance and operation instructions for each item
supplied. Schematic diagrams of all electronic devices shall be included.
A complete parts lists with stock numbers shall be provided on the
components that make up the assembly.
6. Record of each motor nameplate data including manufacturer, full part
number, size, voltage, amps, service factor, bearings, etc.
7. Record of each breaker and overload heater element including
manufacturer, full part number, size, setting etc.

ATEEM December 2016 26 05 00 - 34 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
8. Safety precautions and procedures.
9. Special maintenance requirements particular to this system shall be clearly
defined, along with special calibration and test procedures.
10. Spread sheet listing all setpoints and programmable parameters entered for
this project for VFD, UPS, HIM, etc.
11. Include all completed and signed test data and forms from factory and field
testing.
12. No photo copies are allowed of standard published manuals available from
manufacturers, such as for the RTU. All of the manuals shall be originals.
13. Warranty certificate with start dates, duration and contact information.
14. Trouble shooting instructions.
15. Record of all settings or parameters for all programmable devices.
C. At the end of the project these manuals shall be updated to show "as-built or as-
installed" conditions.
D. Provide to the City four (4) each USB drives with lanyards and two sets of DVDs
containing all documents in both PDF format and unlocked AutoCAD - DWG
format, version 2010 or later:
1. As-built Contract electrical and instrumentation drawings prepared for this
project.
2. As-built set of all required Drawings for the project.
3. Electronic PDF version of O&M manual. Version format shall follow the
hard copy submittal of the O&M, including index, equipment record sheet,
warranty information, theory of operation, maintenance instruction, etc.
PDF shall bookmarked to at each index and subtab listed in O&M.
4. These disks shall be the property of the Owner, for its use on this and future
projects.

3.09 ELECTRICAL TESTING


A. GENERAL REQUIREMENTS
1. It is the intent of these tests to assure that all equipment is operational
within industry and manufacturer's tolerances and is installed in
accordance with design plans and specifications.
2. All equipment setup and assembled by the Contractor shall be in
accordance with the design plans and Drawings and the manufacturer's
recommendations and instructions and shall operate to the Engineer's
satisfaction. Follow all manufacturer's instructions for handling, receiving,
installation, and pre-check requirements prior to energization. After
energization, follow manufacturers instructions for programming, set-up
and calibration of equipment. The Contractor shall be responsible for, and
shall correct by repair or replacement, at his own expense, equipment

ATEEM December 2016 26 05 00 - 35 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
which, in the opinion of the Engineer, has been caused by faulty
mechanical or electrical assembly by the Contractor. Necessary tests to
demonstrate that the electrical and mechanical operation of the equipment
is satisfactory and meets the requirements of these Specifications shall be
made by the Contractor at no additional cost to the Owner.
3. The testing shall not be started until the manufacturer has completed
fabrication, wiring, and setup; performed satisfactory checks and
adjustments; and can demonstrate the system is complete and operational.
Certification of completion of Contractors in-house tests shall be
submitted prior to scheduling of factory testing.
4. The first Pre-Energization tests shall be performed to determine the
suitability for energization and shall be completed with all power turned
off and complete prior to the start of any of the Post-Energization Tests.
The Electrical Contractor shall have qualified personnel on the job site for
all Pre-Energization and Post-Energization tests.
5. All tests shall be witnessed by the Engineer and/or Owner personnel. The
test forms shall be completed by the testing person for field checkout,
testing, and calibration of all equipment and instruments. All filled in test
forms shall be given to the Engineer and/or Owner the day of the test. Fill
in two sets of test forms if Contractor wants to keep a copy. All tests shall
be documented in writing by the supplier and signed by the Engineer as
satisfactory completed. The supplier shall keep a detailed log of all tests
that failed or did not meet specifications, including date of occurrence and
correction. Completed forms with proper signatures and dates shall be
included and become a component of the Operations and Maintenance
Manual for each of the respective systems.
6. Prior to any field testing, Interconnection Drawings and Operation &
Maintenance Manuals shall have been submitted by the Contractor and
approved by the Engineer.
7. The Contractor shall notify the Owner and the Engineer of the Supplier's
readiness to begin all factory and field tests in writing (a minimum of ten
working days prior to start), and shall schedule system checkout on dates
agreed to by the Owner and the Engineer in order that the testing be
scheduled and witnessed.
8. The Contractor shall fill in & submit for approval the Scheduled Test
Request Form located in Appendix A for each requested inspection,
factory and field test.
9. The supplier shall submit for approval, the proposed factory & field testing
sheets at least 2 weeks prior to the start of the tests. Each testing sheet shall
have a title giving the type of test and entry spaces for the name of the
person who performed the test, name of the person who witnessed the test,
and the date. Tests performed without approved forms shall be retested at
no additional cost to Owner.

ATEEM December 2016 26 05 00 - 36 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
10. Engineer reserves the right to postpone the factory test, at no additional
cost to the Owner, until the submittal associated with the factory test has
been reviewed by the Engineer and marked "No Exceptions Taken" or
"Make Corrections Noted." No extension of Contract time will be allowed.
11. Separate test procedures in separate binders shall be submitted for approval
for the Factory and Field Tests. Testing shall not commence until the test
procedures have been reviewed and approved by the Owner. Tests forms
shall be similar to those shown on Appendix A.
12. If the results of any of tests are unacceptable to the Engineer, the Contractor
shall make corrections and perform the tests again until they are acceptable
to the Engineering; these additional tests shall be done at no additional cost
to the Owner.
B. FAILURE TO MEET TEST
1. Any system material or workmanship which is found defective on the basis
of acceptance tests shall be reported to the Engineer. The Contractor shall
replace the defective material or equipment and have tests repeated until
test proves satisfactory to the Engineer without additional cost to the
Owner.
C. SAFETY
1. Testing shall conform to the respective manufacturer's recommendations.
All manufacturer's safety precautions shall be followed.
2. The procedures stated herein are guidelines for the intended tests, the
Contractor shall be responsible to modify these tests to fit the particular
application and ensure personnel safety. Absolutely no tests shall be
performed that endanger personal safety.
3. The Contractor shall have two or more personnel present at all tests.
4. Two non-licensed portable radios are to be made available by the
Contractor for the testing organization to conduct tests.
5. California Electrical Safety Orders (ESO) and Occupational Safety and
Health Act (OSHA): The Contractor is cautioned that testing and
equipment shall comply with ESO and OSHA as to safety, clearances,
padlocks and barriers around electrical equipment energized during
testing.
6. Field inspections and pre-energization tests shall be completed prior to
applying power to equipment.
D. ELECTRICAL FACTORY TEST
1. The System supplier shall conduct a thorough and complete factory test by
qualified factory-trained personnel witnessed by Owner per the criteria
specified herein. Factory test shall be held within 150 miles of project
location.

ATEEM December 2016 26 05 00 - 37 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
2. The System set-up for factory testing shall consist of, but is not limited
to MTS, generator termination cabinet, and any miscellaneous associated
electrical equipment.
3. Temporary wiring and equipment shall be setup during these tests to
simulate the complete assembled system.
4. The length of the factory testing for the System setup shall be a minimum
of one (1) working day. If in the opinion of the Owner or Engineer the
factory testing is not completed at the end of the working day, the testing
shall be extended, at no additional cost to the Owner or extension in
Contract time.
5. All factory tests shall be conducted at the Suppliers facility. All factory
tests shall be completed prior to shipment of any of the System set-up to
the jobsite. The System set-up shall be fully assembled, programmed,
and connected as it will be installed in the final configuration. If the
System set-up is found to be not fully and completely ready for factory
testing, the Contractor shall be responsible for paying for the Owner and
Engineer to return for the factory testing. Factory testing is to ensure that
there are no defects. The hardware and software shall be tested for
compliance with the plans and Specifications included herein and for the
ability to perform the control functions.
6. All components of the system setup shall be completely assembled and
thoroughly pre-tested by the supplier or manufacturer before start of
factory test.
7. The associated factory tests for each of the factory testing sheets that are
to be performed by the supplier and witnessed by the Owner/Engineer shall
include the following for the System set-up as a minimum:
a. Inspections of the panels as follows:
1) Visual and mechanical:
a) Inspect for physical damage, proper support, and
wiring.
b) Check all starters, breakers, and other components
for proper sizes.
2) The Contractor shall fill in test form TF4 located in
Appendix A.
8. The factory test will be considered complete only when the integrated
system has successfully passed all tests to the satisfaction of the Owner or
Engineer and the Factory Test checkout form TF11 has been signed &
dated by Owner. No electrical equipment shall be shipped to jobsite
without authorization from the Owner or Engineer that the factory test has
been completed.

ATEEM December 2016 26 05 00 - 38 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
9. The testing personnel shall provide all material, equipment, labor and
technical supervision to perform such tests and inspections.
10. During the testing period, under the supervision of the supplier, the
Engineer and other Owner personnel shall have unlimited and unrestricted
access to the usage and testing of all hardware and software in the system.
11. Spare parts for the system shall also be tested during this test period. The
supplier shall prove by temporarily connecting the spare hardware to the
system that any or all of the spare parts function in a manner equivalent to
the original equipment under test.
12. The Contractor shall pay all expenses incurred by his personnel, which
includes labor, material, transportation, lodging, daily subsistence, and
other associated incidental costs during the factory testing.
13. Faulty and/or incorrect hardware operation of major portions of the system
may, at the discretion of the Owner Engineer, be cause for suspension or
restarting of the entire factory test, at no additional cost to the Owner or
extension in contract time.
14. The factory test will be considered complete only when the system setup
has successfully passed all tests both structured and unstructured to the
satisfaction of the Owner Engineer. No equipment shall be installed
without authorization from the Owner Engineer that the factory test has
been completed.
15. Acceptance and witnessing of the factory tests does not relieve or exclude
the Contractor from conforming to the requirements of the Contract
Documents.
16. All modifications to drawings and documentation as a result of the factory
tests shall be corrected and completed before shipment of drawings with
equipment and the submittal and delivery of operation and maintenance
manuals.
17. Copies of the completed, signed, and witnessed factory testing forms shall
be placed in the Operation and Maintenance Manual.
E. ELECTRICAL FIELD TESTS
1. The Contractor shall engage and pay for the services of an approved
qualified testing company for the purpose of performing inspections and
tests as herein specified. The testing company shall provide all material,
equipment, labor and technical supervision to perform such tests and
inspections. The Electrical Contractor shall be present on site for all field
tests.
2. PRE-ENERGIZATION TESTS: These tests shall be completed prior to
applying power to any equipment.
a. INSPECTIONS
1) Visual and mechanical inspections:

ATEEM December 2016 26 05 00 - 39 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
a) Inspect for physical damage, proper anchorage and
grounding.
b) Compare equipment nameplate data with design
plans and starter schedule.
c) Compare overload setting with motor full load
current for proper size.
2) Performed NETA acceptance testing for each piece of
equipment.
3) The Contractor shall fill in, for each piece of equipment,
Test Form TF4 located in Appendix A.
b. TORQUE CONNECTIONS
1) All electrical, mechanical and structural threaded
connections inside equipment shall be tightened in the field
after all wiring connections have been completed. Every
worker tightening screwed or bolted connections shall be
required to have and utilize a torque screwdriver/wrench at
all times. Torque connections to the value recommended by
the equipment manufacturer. If they are not available, use
NEC 110-14 for torque values as guidelines.
c. WIRE INSULATION & CONTINUITY TESTS
1) All devices that are not rated to withstand the 500V megger
potential shall be disconnected prior to the megger tests.
2) Megger insulation resistances of all 600 volt insulated
conductors using a 500 volt megger for 10 seconds. Make
tests with circuits installed in conduit and isolated from
source and load. Each field conductor shall be meggered
conductor to conductor and conductor to ground. These
tests shall be made on cable after installation with all splices
made up and terminators installed but not connected to the
equipment.
3) Each megger reading shall not be less than 10 Meg-ohms
resistive. Corrective action shall be taken if values are
recorded less than 10 Meg-ohms. Values of different phases
of conductors in the same conduit run showing substantially
different Meg-ohm values, even if showing above 10 Meg-
ohms shall be replaced.
4) Each instrumentation conductor twisted shielded pair shall
have the conductor and shield continuity measured with an
ohmmeter. Conductors with high ohm values, that do not
match similar lengths of conductors the same size, shall be
replaced at no additional cost to the Owner.

ATEEM December 2016 26 05 00 - 40 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
5) The Contractor shall fill in test forms Power and Control
Conductor Test Form TF1 and Instrumentation Conductor
Test Form TF2 located in Appendix A.
d. GROUNDING SYSTEM TESTS
1) Visual and Mechanical Inspection:
a) Verify ground system is in compliance with
Drawings and Specifications.
2) Electrical Tests:
a) Before backfilling trenches, and placement of
sidewalks, landscape and paving, measure the
resistance of each electrode to ground using a
ground resistance tester. Perform the test not less
than two days after the most recent rainfall and in
the afternoon after any ground condensation (dew)
has evaporated.
b) After all individual ground electrode readings have
been made, interconnect as required and measure
the system's ground resistance.
c) The grounding test shall be in conformance with
IEEE Standard 81.
d) Measurements shall be made at 10 feet intervals
beginning 25 feet from the test electrode and ending
75 feet from it in a direct line between the system
being tested and the test electrode.
e) Point-to-Point
(1) Perform point-to-point tests to determine the
resistance between the main grounding
system and all major electrical equipment
frames, system neutral, and/or derived
neutral points.
3) Test Values:
a) The resistance between the main grounding
electrode and equipment ground shall be no greater
than five ohms per IEEE Standard 142.
b) Investigate point-to-point resistance values that
exceed 0.5 ohms.
c) The Contractor shall fill in Grounding System Test
Form TF3 located in Section 26 05 00 Appendix
A.

ATEEM December 2016 26 05 00 - 41 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
d) Plots of ground resistance shall be made and
submitted to the Engineer for approval.
3. POST ENERGIZATION TESTS
a. PANELS AND ENCLOSURE TESTS
1) During these tests, test all local and remote control
operations and interlocks.
2) Electrical Tests:
3) Perform operational tests by initiating control devices to
affect proper operation.
4) The Contractor shall fill in Operational Device Checks and
Tests Form TF6.
b. TRIAL OPERATIONS:
1) The entire electrical installation shall be either tested or trial
operated to verify Contract compliance. That is, controls,
heaters, fans, light switches, convenience receptacles,
lights, etc. shall be trial operated. Contractor shall conduct
trial operations in the presence of the Engineer and
Operations and Maintenance personnel.
F. OPERATIONAL TESTING
1. After all the previous tests in this subsection are complete, the Contractor
shall conduct operational testing.
2. The Contractor shall demonstrate operation of each part of the control and
instrumentation system to the satisfaction of the Owner and/or Engineer.
Tests shall be repeated by the Contractor at no additional cost to the Owner
and at the discretion of the Owner and/or Engineer to resolve whether the
system has been demonstrated that it will operate under all modes of
operations and varying conditions.
3. For the operational testing the new equipment shall be activated to
automatically run for 5 days, Monday through Friday, 24 hours a day.
During this five day period the Owner will run the different combinations
of the pump control options. If equipment failure occurs during the 5 days
of operational testing, the Contractor shall repair or replace the defective
equipment and shall begin another 5 day operational test, Monday through
Friday, 24 hours a day. This shall be continued until the new equipment
functions acceptably for 5 consecutive days.

3.10 TRAINING
A. All training sessions shall be held on dates and times agreeable to Owner. A total
of 5 or less Owner personnel shall be trained.
B. After Operation Testing has started the Contractor shall provide a period of not less
than 8 hours training for instruction of operation and maintenance personnel in the

ATEEM December 2016 26 05 00 - 42 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
use of all the new control and instrumentation systems including operator interface
screens. The Contractor shall make necessary arrangements with manufacturer's
representative. Provide product literature and application guides for user's
reference during instruction.
C. Training to include instruction on the use, operation, calibration, programming, and
maintenance of the field devices listed in Appendix B.
D. Acceptable Operation and Maintenance Manuals shall be on site and available
when training sessions are implemented.

3.11 SPARE PARTS


A. The Contractor shall supply all spare parts prior to start of field tests. All parts shall
be sealed in plastic bags and delivered to the site in a heavy duty plastic storage
bag. Bag shall be clearly labeled with part name and number and the corresponding
equipment tagname.
B. The Contractor shall make available any replacement parts that are not
manufacturer's normal stock items for immediate service and repair of all the
instrumentation equipment throughout the warranty period.
C. The following spare parts shall be provided to the Owner as part of this Contract:
1. Five (5) fuses for each type of fuse.
2. Twenty (20) lamps for each type of light.
3. Two (2) relays for each type of control, power fail and time delay relay.

3.12 WARRANTY
A. The Contractor shall have a staff of experienced personnel available to provide
service on 2 working days notice during the warranty period. Such personnel shall
be capable of fully testing and diagnosing the hardware and software and
implementing corrective measures.
B. If the Contractor fails to respond in 2 working days, the Owner at its option will
proceed to have the warranty work completed by other resources; the total cost for
these other resources shall be reimbursed in full by the Contractor. Fail to respond
shall be defined as: The Contractor has not shown a good faith effort and has not
expended adequate resources to correct the problem. The use of other resources,
as stated above, shall not relieve or change the Contractor from fulfilling the
remainder of the warranty requirements.
C. The Contractor shall reimburse Owner for all direct and indirect costs associated
with Owner repairs.
D. The Contractor shall warrant all electrical and instrumentation equipment for a
period of one (1) year from date of final acceptance. Standard published warranties
of equipment which exceed the preceding specified length of time shall be honored
by the manufacturer or supplier.

ATEEM December 2016 26 05 00 - 43 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
E. Prior to "final acceptance", the Contractor shall furnish to the Engineer a listing of
warranty information for all manufacturers of materials, instruments, and
equipment used on the project. The listing shall include the following:
1. Manufacturer's name, service contact person, phone number and address.
2. Material and equipment description, equipment number, part number,
serial number and model number.
3. Manufacturers warranty expiration date.
F. The Contractor shall provide all labor and material to troubleshoot, program,
replace, or repair any hardware or software that fails or operates unpredictably
during the warranty period, at no additional cost to the Owner.
G. Each time the Supplier's repair person responds to a system malfunction during the
warranty period, he or she must contact the designated Owner maintenance
supervisor for scheduling of the work, access to the jobsite, and permission to make
repairs. Operation of facilities necessary to test equipment shall only be performed
by or under the direction Owner staff. Owner reserves the right at its sole discretion
to deny operations requested by the Supplier. A written description of all warranty
work performed shall be documented on a field service report to be given to Owner
prior to the repair person leaving job site. This field service report shall detail and
clearly state problem, corrective actions taken, additional work that needs to be
done, data, repair person name and company.

3.13 FINAL ACCEPTANCE


A. Final acceptance will be given by the Owner after the equipment has passed the
"operational testing trial period", each deficiency has been corrected, final
documentation has been provided, and all the requirements of design documents
have been fulfilled.
B. Upon completion of the project, prior to final acceptance, remove all temporary
services, equipment, material, and wiring from the site.
C. At the end of the project, following the completion of the field tests, and prior to
final acceptance, the Supplier shall provide the following to the Owner:
1. Listing of warranty information.
2. Each "operation and maintenance" manual shall be modified or
supplemented by the Supplier to reflect all field changes and as-built
conditions.
3. Two (2) CD disk copies of all final documentation to reflect as-built
conditions.
D. Prior to final acceptance submit each key with matching duplicate. Wire all keys
for each lock securely together. Tag and plainly mark with lock number or
equipment identification, and indicate physical location, such as panel or switch
number.

ATEEM December 2016 26 05 00 - 44 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Common Work for Electrical shall not be measured.

4.02 PAYMENT
A. Payment for Common Work for Electrical shall be made at the lump sum price
named in the Bid Schedule under Item No. 11 Installation of Manual Transfer
Switch and Generator Point of Connection. The contract lump sum price shall
include full compensation for all work involved in providing the electrical
equipment on the project including but not limited to: preparation of submittals,
furnishing and installation of manual transfer switch, generator termination panel,
control panels, wire, conduit, devices, grounding system, as well as all labor, tools,
equipment and incidentals and for performing all work involved, complete in place,
all in accordance with the Contract Documents.

**END OF SECTION**

ATEEM December 2016 26 05 00 - 45 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
APPENDIX "A"

TEST FORMS

Index of Forms:

Bill of Material
Schedule Test Request Form
TF1 Power and Control Conductor Test Form
TF2 Instrumentation Conductor Test Form
TF3 Grounding System Test Form
TF4 Visual and Mechanical Inspection Form
TF6 Operational Device Checks and Tests Form
TF11 MCC/Control Panel Checkout Form

ATEEM December 2016 26 05 00 - 46 Finished Water Pump Station


174-14-16-02 Common Work for Electrical Electrification, Phase 1
Project No. WT 7074
BILL OF MATERIAL

PROJECT: DATE / /
LOCATION: PAGE

SPECIFICATION QTY TAG


SECTION DESCRIPTION MFG. PART NUMBER No.
SCHEDULED TEST REQUEST FORM

COMPANY PERFORMING TEST: ____________________


TESTING PERSONNEL : ____________________ ____________________
PHONE NUMBER OF COMPANY: ____________________
TEST PROCEDURE SUBMITTAL: ____________________ APPROVED : ___/___/___
SCHEDULED TEST DATE : ____________________ DATE : ___/___/___

TIME DESCRIPTION OF TEST


8:00
9:00
10:00
11:00
12:00
13:00
14:00
15:00
16:00

NOTES:

TESTED BY : _____________________ DATE : ____/____/____


WITNESSED BY: _____________________
POWER AND CONTROL CONDUCTOR TEST FORM
TEST FORM (TF1)

EQUIPMENT
NAME : ______________________ LOCATION : ______________________
INSULATION TESTS
CONDUCTOR PHASE TO GROUND PHASE TO PHASE
NUMBER
A B C AB BC CA

NOTES:
Record insulation test values in meg-ohms.

TESTED BY : _____________________ DATE : ____/____/____


WITNESSED BY: _____________________
INSTRUMENTATION CONDUCTOR TEST FORM
TEST FORM (TF2)
EQUIPMENT
NAME : _________________________ LOCATION : _________________________
CONDUCTOR CONTINUITY TESTS INSULATION TESTS
PAIR CONDUCTOR CONDUCTOR CONDUCTOR CONDUCTORS SHIELD
NUMBER TO TO TO TO TO
CONDUCTOR SHIELD CONDUCTOR GROUND* GROUND

NOTES: * With both conductors tied together


Record continuity test values in ohms.
record insulation test values in meg-ohms.

TESTED BY : _____________________ DATE : ____/____/____


WITNESSED BY: _____________________
GROUNDING SYSTEM TEST FORM
TEST FORM (TF3)
FALL IN POTENTIAL TEST
MAIN APPLIED MEASURED MEASURED MEASURED CALCULATED
GROUND VOLTAGE POINT 1 POINT 2 POINT 3 RESISTANCE
LOCATION V VOLTAGE VOLTAGE VOLTAGE OHMS

TWO POINTS TESTS


EQUIPMENT EQUIPMENT CIRCUIT APPLIED MEASURED CALCULATED
NAME # # CURRENT VOLTAGE RESISTANCE
OHMS

NOTES:

TESTED BY : _____________________ DATE : ____/____/____


WITNESSED BY: _____________________
VISUAL AND MECHANICAL INSPECTION FORM
TEST FORM (TF4)

EQUIPMENT
NAME : ______________________ LOCATION : ______________________
NAMEPLATE DATA
MFGR. : _____________ SERIES # : _____________
MODEL # : _____________ U.L. # : _____________
VOLTAGE : _____________ PHASE : _____________
AMPERAGE : _____________ SERVICE : _____________
BUS TYPE : _____________ BUS BRACING: _____________
VERT. BUS : _____________ HORZ. BUS : _____________
GND. BUS : _____________ NEU. BUS : _____________
ENCLOSURE : _____________ _____________
_____________ _____________

INSPECTION CHECK LIST


ENTER: A-ACCEPTABLE R-NEEDS REPAIR OR REPLACEMENT NA-NOT APPLICABLE

TIGHTEN ALL BOLTS AND SCREWS _____________


TIGHTEN ALL WIRING AND BUS CONNECTIONS _____________
VERIFY ALL BREAKERS AND FUSES HAVE PROPER RATING _____________
CHECK BUS BRACING AND CLEARANCE _____________
CHECK MAIN GROUNDING CONNECTION AND SIZE _____________
INSPECT GROUND BUS BONDING _____________
CHECK EQUIPMENT GROUNDS _____________
CHECK CONDUIT GROUNDS AND BUSHINGS _____________
INSPECT NEUTRAL BUS AND CONNECTIONS _____________
CHECK HEATERS AND THERMOSTATS _____________
CHECK VENTILATION AND FILTERS _____________
CHECK FOR BROKEN OR DAMAGED DEVICES _____________
CHECK DOOR AND PANEL ALIGNMENT _____________
INSPECT ANCHORAGE _____________
CHECK FOR PROPER CLEARANCES AND WORKING SPACE _____________
REMOVE ALL DIRT AND DUST ACCUMULATION _____________
INSPECT ALL PAINT SURFACES _____________
CHECK FOR PROPER WIRE COLOR CODES _____________
INSPECT ALL WIRING FOR WIRE LABELS _____________
CHECK FOR PROPER WIRE TERMINATIONS _____________
CHECK FOR PROPER WIRE SIZES _____________
INSPECT ALL DEVICES FOR NAMEPLATES _____________
CHECK IF DRAWINGS MATCH EQUIPMENT _____________
CHECK ACCURACY OF OPERATION & MAINTENANCE _____________
_____________

TESTED BY : _____________________ DATE : ____/____/____


WITNESSED BY: _____________________
OPERATIONAL DEVICE CHECKS AND TESTS FORM
TEST FORM (TF6)
NAME : ______________________ LOCATION : ______________________________
LOCAL SITE DEVICE CHECKS AND TESTS REMOTE SITE DEVICE CHECKS & TESTS
CUB. EQUIPMENT EQUIP SELECTOR INDICATOR PUSHBUTTON METERING OVERLOAD INTERLOCKS ALARM SELECTOR INDICATOR PUSHBUTTON
# NAME # SWITCH LIGHTS & LOS & INDICATORS RESET & CONTROL & STATUS SWITCH LIGHTS & LOS

NOTES:
TESTED BY : ______________________ DATE : ____/____/____
WITNESSED BY : ______________________
FACTORY TEST
MCC/CONTROL PANEL CHECKOUT FORM (TF11)

Manufacturer: Location:
Job No.:

Tel: Fax:

MCC / Control Panel: TEST RESULT

OVERALL PANEL INSPECTION Pass Fail


1. All front panel and back panel components mounted securely......................
2. All wiring terminated and labeled correctly...................................................
3. All components, wiring, and labeling accurately reflected on the drawings..
POWER-UP INSPECTION
1. Voltage levels on load side of circuit breakers...............................................
2. Voltage levels at the DC terminals of the power supply................................
3. Voltage levels at the DC power distribution terminals...................................
POWER DISTRIBUTION AND GENERAL COMPONENT TESTING
1. Power distribution to the appropriate components.........................................
2. Operation of the ancillary components such as receptacles, work lights, etc.
CONTROL COMPONENTS CHECKS
1. Operators (push buttons, selector switches, pilot lights)................................
2. Inputs from External Sources.........................................................................
3. Outputs to External Sources...........................................................................
4. Relay Logic.....................................................................................................
5. PLC I/O and Program Verification.................................................................
6. O/I Display Verification.................................................................................

Notes:

1. For relay logic checks, each rung of the elementary or loop diagram is to be highlighted in yellow as
they are verified for correct control functions.

2. For PLC I/O and program verification, the control strategies shall be highlighted in yellow as each
logic function is tested.

Tested by: Witnessed by:

Date:
SECTION 26 05 73

ELECTRICAL SYSTEM ANALYSIS

PART 1 - GENERAL

1.01 SUBMITTALS
A. Provide the following submittals per Section 16010 for all switchboards, MCCs,
and generators including power transformers:
1. Short Circuit Study.
2. Load Flow Study.
3. Protective Device Coordination Study. Protective Relay settings shall be
provided for all protective relays supplied under this project, including non-
current relays.
4. Arc Flash Study.
B. Electrical System Analysis Studies shall be prepared, stamped and signed by a
professional Electrical Engineer registered in the State of California and in
accordance with IEEE 242, IEEE 399, and IEEE 519.
C. Exceptions / Clarifications
1. Itemize all exceptions and clarifications to the Contract Documents in a
letter (located in the front of the submittal) on company letterhead.
2. Exceptions that are noted in the study, but not listed on the
Exceptions/Clarifications letter, will be considered as non-responsive and
not accepted as changes to the Contract Documents.
3. All exceptions taken from the Drawings and specifications shall be
documented with justifications. When noting the exception, list which
Drawings or which Specification Subsection number the exception is taken.
4. Clarification requests shall list which Drawing or Specification Subsection
number the clarification is required for.

1.02 SEQUENCING AND SCHEDULING


A. It is the responsibility of those performing the electrical system analysis to collect
and field verify all data. This includes obtaining all data from the serving Utility
for this project (PG&E).
B. All Electrical System Analysis Studies shall be updated prior to Project
Completion. Utilize characteristics of as-installed equipment, materials and
incorporate all modifications to the power system made during construction. The
protective device coordination study shall be submitted and approved prior to start
of field breaker tests.

ATEEM December 2016 26 05 73 - 1 Finished Water Pump Station


174-14-16-02 Electrical System Analysis Electrification, Phase 1
Project No. WT 7074
C. It is the Contractors responsibility to obtain the required information from the
utility company and vendors necessary for completing the required studies.

PART 2 - MATERIALS

2.01 GENERAL
A. Equipment and component titles and numbers used in the Studies shall be identical
to the equipment and component titles and numbers shown on the Drawings.
B. Perform Studies using PC based computer software. State program name and
version (e.g. version 2.1) in report.
C. Perform complete fault calculations for each Utility source. Equipment shall not be
grouped as a single large load. All motors shall be treated as individual loads and
listed in the studies as such.
D. Utilize proposed load data for the Study obtained from submittals, Utility Company
and field verifications.
E. It is the Contractors responsibility to obtain the required information from the
Utility Company, Generator supplier and vendors necessary for completing the
requested studies.
F. Complete protective device coordination study listing all device settings shall be
utilized during start-up of electrical equipment.
G. Contractor shall provide two sets of DVDs containing all of the electrical system
analysis studies, including all SKM files or Contractor generated files used to
develop the study for the Owners use.
H. Provide unique page numbers for every sheet in Study. Unique page numbers to
be manually placed by Study Company after printout if study report doesnt assign
page numbers.
I. Provide one line diagrams showing names of protective devices, buses and
branches. Buses shall have descriptive names matching one line diagram or
existing system (i.e. not Bus-0084).

2.02 SHORT CIRCUIT STUDY AND LOAD FLOW


A. Short Circuit Study and Load Flow Content:
1. Include in short circuit study the following:
a. Cable impedances based on copper conductors.
b. Bus impedances based on copper bus bars.
c. Transformer impedances based on tolerances specified in ANSI
C57.12.00.
d. Source date (i.e. cable lengths, sizes, and quantity, for all runs in
study, listing of bus loads, etc.).
e. Utility data:
1) Size of Utility transformer.

ATEEM December 2016 26 05 73 - 2 Finished Water Pump Station


174-14-16-02 Electrical System Analysis Electrification, Phase 1
Project No. WT 7074
2) Impedance of Utility transformer.
3) Primary voltage of Utility transformer.
4) Fault information on primary side of Utility transformer:
a) Three phase bolted fault.
b) X/R ratio (positive sequence).
c) Line to ground fault.
d) X/R ratio (zero sequence).
5) Protective relays (type & settings).
f. Voltage drop and current flow at each node and load in system.
B. Calculate Short Circuit interrupting duties for an assumed three-phase bolted fault
and line-to-ground fault at each of the following locations:
1. Power transformers primary.
2. Main Switchboard.
3. All Motor Control Centers (MCCs).
4. All panelboards.
5. All 480V, 3 phase motor and equipment loads 20HP and larger. Lumping
the electrical loads and a single load is not acceptable.
6. All 3 phase transformer secondaries.
7. All 240/208V equipment
C. Verify:
1. Equipment and protective devices are applied within their ratings.
2. Adequacy of switchboard, panelboard and MCC bus bars to withstand Short
Circuit stresses.
3. Adequacy of transformer windings to withstand Short Circuit stresses and
over-current.
4. Cable sizes for ability to withstand normal and fault load currents.
D. Provide the following in the Short Circuit and Load Flow study report:
1. Calculation methods and assumptions.
2. Input data.
3. Short circuit data.
a. Impedances.
b. X to R ratios.
c. Asymmetry factors.
d. Motor contributions.
e. Short Circuit kVA.

ATEEM December 2016 26 05 73 - 3 Finished Water Pump Station


174-14-16-02 Electrical System Analysis Electrification, Phase 1
Project No. WT 7074
f. Symmetrical and asymmetrical line-to-line and line-to-ground fault
currents.
g. Device evaluation including rating of equipment.
h. Bus evaluation including rating of equipment.
i. Source data, from Electric Utility Company.
4. Tabulations of calculated quantities.
5. Results, conclusions, and recommendations.
6. Two studies (minimum) one for worst case scenario and one for actual
equipment operating.
7. Impedance diagram showing the resistances and reactances for all cables of
the distribution system.
8. Two studies (minimum) one for worst case scenario and one for actual
equipment operating.
9. Calculations for maximum and minimum contributions of fault current
magnitude. The minimum calculation shall assume the minimum motor
load. Conversely, the maximum calculation shall assume a maximum
contribution from the utility and shall assume motors to be operating under
full-load conditions. The study shall also calculate the fault current using
in-rush current values.

2.03 PROTECTIVE DEVICE COORDINATION STUDY


A. Provide Protective Device Coordination drawings for each section of distribution
system that includes the following:
1. Graphically diagram displaying coordination time-current curves (TCC) on
conventional log-log curve sheets. Each time-current curve shall have a
unique identifier label. This identifier shall be used in the tabulated settings
spreadsheet and on the associated one-line diagram.
2. Time-current curves shall include the following curves (minimum):
a. Utility relays (phase & ground) and high voltage switchgear relays
(phase and ground).
b. All upstream protective devices and breakers.
c. All MCP breaker and associated motor or equipment load.
Duplicates of the same sized protective device and motor size may
be omitted (i.e., when there are 3 pumps for same application).
d. All transformers and associated primary and secondary protection.
e. Unique identifier for each protective device.
f. Provide separate TCC for phase and ground curves. Ground curves
shall not be placed on the same curve as the phase curve.
3. One-line diagram that applies to specific portion of distribution system
associated with time-current curves. One-line diagram shall include the
following:

ATEEM December 2016 26 05 73 - 4 Finished Water Pump Station


174-14-16-02 Electrical System Analysis Electrification, Phase 1
Project No. WT 7074
a. Location of each device.
b. Power and voltage ratings, primary and secondary transformers
amperages.
c. All significant circuit elements such as transformers, cables,
breakers, fuses, relays, etc. with their corresponding amperage
ratings.
d. Tag of each branch and node (shall be the same tags used in short
circuit study).
e. English description, equipment name, HP, and full load amp rating
of motors and other 3 phase loads.
f. Terminate device characteristic curves at a point reflecting
maximum fault current to which device is exposed as calculated in
short circuit study.
g. One line diagram shall be readable on 11 x 17 paper. One line
diagram shall be redrawn in AutoCAD on multiple sheets if
necessary.
B. Characteristics plotted on time current curves shall include:
1. Protective current relays.
2. Fuses including manufacturers minimum melts, total clearing, tolerance,
and damage bands.
3. Circuit breaker trip devices, including manufacturers tolerance bands.
4. Transformer full-load currents at 100% and 600%.
5. Motor and equipment full load currents.
6. Transformer magnetizing inrush currents.
7. Transformer damage curves.
8. ANSI transformer withstand parameters.
9. Fault currents.
10. Ground fault protective device settings.
11. Other electronic protective devices.
C. Provide the following recommended settings in spreadsheet format in the Protective
Device Coordination study report:
1. Relay settings including CT values.
2. Circuit Breakers adjustments:
a. Long Delay Pickup and Time.
b. Short Time Pickup and Time.
c. Instantaneous Pickup and Time.
d. Ground Pickup and Time.

ATEEM December 2016 26 05 73 - 5 Finished Water Pump Station


174-14-16-02 Electrical System Analysis Electrification, Phase 1
Project No. WT 7074
3. Programmable settings for all electronic devices. Settings for non-current
relay settings shall also be provided.
4. Settings shall be given both in amps and seconds as well as the
corresponding physical setting (i.e. 30A and setting B on MCP) for device.
5. Identify protective device associated with each curve by manufacturer type,
function and part number.

2.04 HARMONIC STUDY


A. Perform a harmonic analysis study in accordance with the latest version of IEEE
519 unless otherwise specified in contract documents.
B. The total harmonic distortion (THD) at the point of common coupling (PCC) shall
be predicted through computer modeling of the distribution system and connected
AC drives. PCC shall be considered as the main breaker of all MCCs and
switchboards. Contractor shall calculate TDD and THD at each PCC.
C. Do not exceed harmonic voltage and current distortion limits at PCC for general
system applications, as recommended and defined by IEEE 519, unless specified
otherwise in contract drawings.
D. If the calculations determine that the harmonic distortion levels are higher than the
voltage and current specified, the drive manufacturer shall provide line reactors,
isolation transformers, multi-pulse drives or trap filters to meet the intent of IEEE
519.

2.05 ARC FLASH HAZARD STUDY


A. General:
1. Arc flash boundary and incident energy shall be calculated, using a PC
computer program, at all significant locations in the electrical network,
including switchgears, switchboards, MCCs, transformers, etc. where work
could be performed on energized equipment.
2. Arc flash computation shall include both line and load side of main breaker
calculations, where necessary.
3. Document method of calculation.
B. Safe working distances shall be specified for calculated fault locations based upon
the calculated arc flash boundary considering incident energy of 1.2 cal/cm2.
C. Study shall include the following:
1. All significant locations in 12KV, 5KV, 480 volt, 240 volt and 208 volt
systems fed from transformers equal to or greater than 125 kVA.
2. Incident energy and arc flash protection boundary calculations in
spreadsheet format in the Arc Flash Hazard study report.
3. Provide the following incident energy and flash protection boundary
calculations in spreadsheet format in the Arc Flash Hazard study report

ATEEM December 2016 26 05 73 - 6 Finished Water Pump Station


174-14-16-02 Electrical System Analysis Electrification, Phase 1
Project No. WT 7074
(values shall be calculated for all electrical equipment in the power
distribution system):
a. Arcing fault magnitude
b. Device clearing time
c. Duration of arc
d. Boundary for:
1) Arc flash protection
2) Limited shock approach
3) Restricted shock approach
e. Working distance
f. Incident energy at 18 inches (in cal/sq-cm)
g. Recommendations for arc flash energy reduction for each location
having more than 8 cal/sq-cm. Provide preliminary cost estimate
for implementing recommendations.
h. List arc flash boundary in inches on label. No fractional distance
in feet.
4. Provide recommendations for the Personal Protective Equipment (PPE) that
the Owner should maintain on site.
5. Provide recommendations for safety label design that should be posted on
electrical equipment.
6. Spreadsheet summarizing incident energy and flash protection boundary list
Arc Flash Boundary in inches on label. No fractional distance in feet.

2.06 STUDY REPORTS


A. Written reports submitted for approval shall contain:
1. Scope of Studies performed.
2. Explanation of bus and branch numbering system.
3. Report calculations, tabulations and spreadsheets.
4. Selected equipment deficiencies.
5. Results of Studies.
6. Comments or suggestions regarding:
a. Changes and additions to equipment rating and/or characteristics.
b. Circuit protective devices improperly rated for overload or fault
conditions.
c. Arc Flash protective equipment and safety labels.
7. Tabulation spreadsheet for all protective device settings with the following
column entries (minimum):
Device Plug Long Time Short Time Inst Ground
Description MFR Type Frame KAIC
Code Trip Amps Time Amps Time Amps Amps Time

ATEEM December 2016 26 05 73 - 7 Finished Water Pump Station


174-14-16-02 Electrical System Analysis Electrification, Phase 1
Project No. WT 7074
8. Stamped, signed and dated by Electrical Engineer, registered in the State of
California, who performed the analysis.
B. Reports are to be updated to reflect as-built conditions and placed in O&M manual
per Section 26 05 00 requirements.

PART 3 - EXECUTION

3.01 GENERAL
A. Make minor modifications to equipment settings as required to accomplish
conformance with the Short Circuit and Protective Device Coordination Studies.
B. Notify Engineer in writing of any required major equipment modifications.
C. Provide two (2) DVDs at the completion of the project. One DVD will contain the
as-built set of studies, reports, settings, etc. The other DVD will contain the original
source format of input data used for the PC based computer software. Provide all
setup information used for the computer based study and report.

3.02 FIELD TESTS


A. Adjust relay and protective device settings according to values established by
coordination Study.

3.03 ARC FLASH WARNING LABELS


A. All Arc Flash warning labels shall meet NEC requirements, OSHA standards and
NFPA recommendations.
B. Provide and install 3.5 in. x 5 in. thermal transfer type labels of high adhesion
polyester for each work location analyzed and as required by the NEC for flash
protection on power distribution equipment.
C. Each label shall have an orange header with the wording, WARNING, ARC
FLASH HAZARD, and shall include the following machine printed information:
1. Location designation
2. Nominal System voltage
3. Arc Flash boundary
4. Available incident energy and corresponding working distance
5. Minimum arc rating of clothing
6. Site specific level of PPE
7. Engineering report number, revision number and issue date
D. Labels shall not be hand labeled.
E. For all areas, Contractor shall post the following:
1. Working distances
2. Shock hazard voltage

ATEEM December 2016 26 05 73 - 8 Finished Water Pump Station


174-14-16-02 Electrical System Analysis Electrification, Phase 1
Project No. WT 7074
3. Shock Approach Boundaries:
a. Limited
b. Restricted
F. Provide Arc Flash labels for the each of the following pieces of equipment:
1. 480V and applicable 208V panelboards
2. MCCs
a. Individual labels for each MCC bucket shall not be provided. A
single highest rating label shall be placed on the MCC that requires
that the strictest calculated protection be worn regardless of the
specific bucket worked on.
3. Switchboard
4. Switchgears
5. Control Panels
6. All electrical equipment with an incident energy level greater than 1.2
Cal/cm2
G. Labels shall be submitted for approval. No labels shall be installed without prior
approval by Owner or Owner representative.

3.04 ARC FLASH TRAINING


A. The Supplier shall train Owner personnel of the potential arc flash hazards
associated with working on energized equipment (minimum of 4 hours).
Maintenance procedures shall be in accordance with the requirements of NFPA
70E, Standard for Electrical Safety Requirements for Employee Workplaces and
shall be provided in the equipment manuals.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Electrical System Analysis shall not be measured.

4.02 PAYMENT
A. Payment for Electrical System Analysis shall be made at the lump sum price
named in the Bid Schedule under Item No. 12 Electrical System Analysis. The
contract lump sum price shall include full compensation for all work related to
Electrical System Analysis, all in accordance with the Contract Documents.
END OF SECTION

ATEEM December 2016 26 05 73 - 9 Finished Water Pump Station


174-14-16-02 Electrical System Analysis Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT INTENTIONALLY BLANK)

ATEEM December 2016 26 05 73 - 10 Finished Water Pump Station


174-14-16-02 Electrical System Analysis Electrification, Phase 1
Project No. WT 7074
SECTION 31 00 00

EARTHWORK

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Earthwork requirements for sitework, structures, roads and general earthwork,
including excavation, fill, backfill, grading, and compaction; import of material;
and disposal of surplus and unsuitable materials.
B. Refer to Section 31 23 16.13 for earthwork related to pipeline installation.

1.02 REFERENCED SECTIONS


A. The following sections are referenced in this Section
1. Section 01 33 00 Submittals
2. Section 02 20 00 Site Preparation
3. Section 31 23 16.13 Trenching
4. Section 31 50 00 Excavation Support and Protection

1.03 DEFINITIONS
A. Backfill: Earthwork necessary to add fill between new structures and the excavation
up to the sub or finish grade.
B. Borrow Area: Area identified from which to obtain earthwork materials.
C. Cut: Earthwork necessary to remove existing material to lower the existing grade
in elevation to sub or finish grade.
D. Embankment: Materials placed to form the subgrade for roadways or site
improvements.
E. Excavation: Earthwork necessary to remove existing material for the installation of
WEST YOST GUIDE SPECIFICATION

structures.
F. Fill: Earthwork necessary to add material to bring the existing grade up in elevation
to sub or finish grade.
G. Finish Grade: Final surface following placement of surfacing, if any, as indicated.
H. Subgrade: The surface of the earthwork on which pavement, surfacing, base,
subbase, or a layer of any other material is placed.

1.04 SUBMITTALS
A. Prepare submittals and submit in accordance with Section 01 33 00.
B. For imported materials, provide certification and source.

West Yost December 2016 31 00 00 - 1 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
C. For excavations 5 feet or deeper: Submit detailed plan of all shoring, bracing, side
sloping, or other provisions for worker protection against the hazard of caving
ground during excavations in accordance with Section 31 50 00.

1.05 QUALITY ASSURANCE


A. Materials and Compaction Testing.
1. Source testing of materials: Provided and paid for by Contractor.
2. Field testing of compaction: Provided and paid for by Contractor.
B. Compaction Testing Standards
1. In-place Density of Compacted Fill Material: Density determined in the
field in accordance with ASTM D2922 Test Methods for Density of Soil
and Soil Aggregate by Nuclear Methods (shallow depth).
2. Maximum Density of Compacted Material: determined in the laboratory in
accordance with Method C of ASTM D 1557 - Test Methods for Moisture-
Density Relations of Soils and Soil-Aggregate Mixtures, Using 10 lb
Rammer and 18 Drop, for cohesive soils, or ASTM D 4253 Test Methods
for Maximum Index Density of Soils Using a Vibratory Table and D 4254
- Test Methods for Maximum Index Density of Soils and Calculation of
Relative Density, for cohesionless, free draining soils.
C. Material Testing Standards:
1. Particle size analysis of soils and aggregates: ASTM D 422 - Method for
Particle-Size Analysis of Soils.
2. Determination of sand equivalent value: ASTM D 2419 - Test Method for
Sand Equivalent Value of Soils and Fine Aggregate.
3. Liquid limit, plastic limit, and plasticity index: ASTM D4318 Standard
Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
4. The testing for organic matter: ASTM D2974 Standard Test methods for
Moisture, Ash, and Organic Matter of Peat and Other Organic Soils.
D. References in this section to soil classification types and standards shall have the
meanings and definitions indicated in ASTM D 2487 - Classification of Soils for

WEST YOST GUIDE SPECIFICATION


Engineering Purposes. Contractor shall be bound by all applicable provisions of
ASTM D 2487 in the interpretation of soil classifications.

PART 2 - PRODUCTS

2.01 MATERIALS
A. General fill, backfill, and embankment materials:
1. Selected or processed clean earth, rock, or sand, free from grass, roots,
brush, other vegetation, corrosive and hazardous materials, manmade
objects, and debris.

West Yost December 2016 31 00 00 - 2 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
2. Materials not defined as unsuitable as indicated below, except some
materials listed as unsuitable may be used, if indicated on the Drawings or
when acceptable to the Engineer, when thoroughly mixed with suitable
materials to form a stable composite.
3. Obtain suitable materials from one or more of the following:
a. Onsite excavations and designated borrow areas.
b. Processed on-site materials.
c. Imported from offsite borrow areas and processing plants.
d. If imported materials are required by this Section, or to meet the
quantity requirements of the Project, provide the imported materials
at no additional expense to Owner, unless a unit price item is
included for imported materials in the Bidding Schedule.
4. Large rocky material: When embankment material consists of large rocky
material, or hard lumps, such as hardpan or cemented gravel which cannot
be broken down readily, distribute such material evenly throughout the
embankment. Place sufficient earth or other fine material around the larger
material as it is deposited so as to fill the interstices and produce a dense,
compact embankment. Do not place rocks larger than 6 inches in diameter
within the upper 2 feet of the embankment subgrade.
5. Further condition fill, backfill, and embedment materials as described
below or as indicated on the Drawings.
B. Berm Embankment Material:
1. Lean clay, silty clay, sandy clay or gravely clay soil.
2. Plasticity index of 20 or less.
3. Liquid limit of 40 or less.
4. Complying with the grading shown in the following table:
Sieve Size Percentage Passing
6-inch 100
WEST YOST GUIDE SPECIFICATION

4-inch 85-100
No. 200 30-100

C. Structure Backfill Material (within 12 of outside face of structure)


1. Granular, low to non-expansive soil.
2. Plasticity index 12 or less.
3. Liquid limit 30 or less.
4. Complying with the grading shown in the following table:

West Yost December 2016 31 00 00 - 3 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
Sieve Size Percentage Passing
6-inch 100
3-inch 95-100
No. 200 15-50

D. Aggregate Base (AB)


1. Aggregate base material shall be composed of crushed rock and shall be of
such a nature that it can be spread and compacted to produce a stable base.
No recycled material shall be allowed. The sand equivalent shall not be less
than 22, and shall conform to the following gradation:
Sieve Size Percent Passing by Weight
1-inch 100
3/4-inch 90 100
No. 4 35 55
No. 30 10 20
No. 200 25

E. Crushed Rock:
1. Manufactured, angular, crushed stone with a minimum sand equivalent
value of 75.
2. Clean, hard, sound, durable, uniform in quality, and free of soft, friable,
thin, elongated or laminated pieces, and disintegrated material.
3. Have 100 percent of its particles with at least one fractured face on a weight
basis, when tested for crushed particles per ASTM D 5821.
4. Complying with the grading shown in the following table:
Percentage Passing
Sieve Size 1-inch 3/4-inch 1/2-inch
1-1/2-inch 100 - -
1-inch 90-100 100 -

WEST YOST GUIDE SPECIFICATION


3/4-inch 30-60 90-100 100
1/2-inch 0-20 30-60 90-100
3/8-inch - 0-20 20-60
No. 4 0-5 0-5 0-15
No. 8 - 0-5

F. Sand:
1. Clean, coarse, natural sand free from organic material, suitable for the
purpose intended.

West Yost December 2016 31 00 00 - 4 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
2. Gradation: 90 percent to 100 percent will pass a No. 4 sieve and not more
than 5 percent will pass a No. 200 sieve.
G. Permeable Backfill:
1. Hard, durable, clean sand, gravel or crushed stone, free from Unsuitable
Material.
2. Complying with the grading shown in the following table:
Sieve Sizes, Percent by Weight
Square Openings Passing Sieve
1-inch 100
3/4-inch 90 100
3/8 40 100
No. 4 25 40
No. 8 18 33
No. 30 5 15
No. 50 07
No. 200 03

3. Durability index: Not less than 40


4. Sand equivalent: Not less than 75.
H. Impervious Material:
1. Material free of organic materials, rocks, or clods greater than 4 inches in
diameter.
2. Gradation: Not less than 50 percent passing the No. 200 sieve.

2.02 UNSUITABLE MATERIALS


A. Unsuitable materials include the materials listed below:
1. Soils which, when classified under ASTM D 2487, fall in the classifications
of Pt, OH, CH, MH, or OL, or in a classification that contains Pt, OH, CH,
MH, or OL in combination with any other letter designation, such as
WEST YOST GUIDE SPECIFICATION

CH/CL.
2. Soils which cannot be compacted sufficiently to achieve the density
specified for the intended use, or are unstable or pump regardless of the
degree of compaction.
3. Materials that contain hazardous or designated waste materials including
petroleum hydrocarbons, pesticides, heavy metals, and any material which
may be classified as hazardous or toxic according to applicable regulations.
4. Soils that contain greater concentrations of chloride or sulfate ions, or have
a soil resistivity or pH less than the average values for existing onsite soils.
5. Topsoil, sludge and sludge-entrained soils.

West Yost December 2016 31 00 00 - 5 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
6. Rocks, stones, and boulders larger than allowed for use as fill and backfill
materials.

2.03 SOURCE QUALITY CONTROL


A. Materials source testing will be performed by a testing laboratory by the Contractor.
B. Minimum Frequency of sampling:
1. Fill, backfill and embankment material generated from earthwork activities:
a. Two soil samples every [500] cubic yard of material used.
b. Two soil samples whenever the character of the soil changes.
c. One soil sample when directed by the Engineer.
d. Obtain samples that represent the predominate character of the soil
that is encountered.
2. Sampling of Imported Material
a. Obtain representative samples of product from supplier.
b. After initial testing demonstrated that the proposed borrow material
meets the specified requirements, obtain and test one additional
sample for every [500] cubic yard of imported material.
C. Testing:
1. Test all materials used in the Work to confirm they meet the requirements
indicated.
2. Prepare moisture-density curves for use in determining the optimum
moisture content and in-place density of the compacted backfill.

PART 3 - EXECUTION

3.01 EXCAVATION GENERAL


A. Excavation includes the removal of all materials of whatever nature encountered,
including all obstructions of any nature.

WEST YOST GUIDE SPECIFICATION


B. Excavation shall conform to the lines and grades indicated on the Drawings.
C. Clear, grub and strip and remove topsoil in construction and borrow areas in
accordance with Section 02 20 00.
D. Excavation Stability
1. Slope excavated faces or otherwise support in a safe manner in accordance
with applicable State safety requirements and the requirements of OSHA
Safety and Health Standards for Construction (29CFR1926) and in
accordance with Section 31 50 00.
2. Furnish, place, and maintain supports and shoring required to maintain
stability of the sides of excavations.

West Yost December 2016 31 00 00 - 6 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
E. Notify Engineer at least 1 working day in advance of completion of any structure
excavation to allow inspection of the exposed subgrade before it is covered with
backfill or with any construction materials.
F. Erosion Control:
1. Maintain earthwork surfaces true and smooth and protected from erosion.
2. Construct erosion control measures identified in the Storm Water Pollution
Protection Plan prior to any clearing or grading activity.
G. Control of Water: Control water entering the excavation.
H. Existing Underground Utilities:
1. Known existing underground utilities are generally shown on the Drawings
in their approximate locations based on information of varying accuracy.
2. Exercise care to avoid damage to all existing utilities whether shown or not.
3. Conduct field explorations to locate all underground utilities in the vicinity
of the Earthwork activities in accordance with Section 02 20 00.
4. Alert the Engineer of the presence of existing utilities that are not shown on
the Drawings or are in locations different than those shown on the
Drawings.
I. Existing Overhead Utilities: There may be existing overhead utilities in the vicinity
of the Work which may or may not be shown on the Drawings. Identify existing
overhead utilities, if any, and use extreme caution when working in the vicinity of
overhead utilities.

3.02 EXCAVATION FOR FILLS AND EMBANKMENTS


A. Benching and Keyways:
1. Where fill is to be placed against existing subgrade or existing grade that is
sloped, excavate horizontal benches a minimum of 5 feet wide and located
at vertical intervals of not more than 5 feet to provide for placement and
compaction of the new fill on horizontal surfaces.
WEST YOST GUIDE SPECIFICATION

2. Excavate keyway along the base of the existing slope:


a. Extend the keyway at least 3feet into competent native soil.
b. Width of Keyway: Minimum of 15 feet.
c. Keyway Side Slopes: Inclined at approximately 0.75:1.
d. Keyway Subgrade: Scarify the upper 8-inches of the exposed
surface, moisture condition and re-compact.
B. Subgrade Preparation:
1. Subgrade Beneath Embankments:
a. Expose competent native soil within the planned new embankment
footprint.

West Yost December 2016 31 00 00 - 7 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
b. Excavate soil beneath embankments to a minimum of 24 inches
below existing grade. Extend the excavation a minimum of 10 feet
beyond the embankment.
c. Scarify the exposed subgrade to a depth of 8 inches, moisture
condition as necessary and re-compact.
2. Subgrade Beneath Paved Areas:
a. Excavate to the subgrade soils beneath the bottom of the aggregate
base or to the subbase, if such subbase is indicated.
b. Scarify the top 12 inches of subgrade soils, moisture condition as
necessary, and re-compacted.
c. Finished subgrade shall be even, self-draining, and in conformance
with the slope of the finished pavement.
3. Subgrade Beneath Structures:
a. Excavate to the subgrade soils beneath the bottom of the structure
or bottom of crushed rock layer where indicated.
b. Scarify the top 12 inches of subgrade soils, moisture condition as
necessary, and re-compacted.

3.03 EXCAVATION IN VICINITY OF TREES


A. Except where trees are indicated to be removed, protect trees form injury during
construction.
B. Do not cut tree roots over 2 inches in diameter without permission of the Engineer.
C. Support trees during excavation by means approve by the Engineer.

3.04 OVER-EXCAVATION NOT ORDERED OR INDICATED


A. Backfill areas over-excavated with the materials indicated for the backfill above the
over-excavation or Aggregate Base.
B. Backfill the over-excavation to restore the required subgrade elevation and
compact.

WEST YOST GUIDE SPECIFICATION


C. Any over-excavation carried below the grade indicated on the Drawings will be at
no additional cost to Owner.

3.05 OVER-EXCAVATION WHERE ORDERED BY ENGINEER


A. Where ordered by the Engineer, over-excavate beyond the depth of subgrade
indicated to the dimensions ordered.
B. Backfill areas over-excavated with the materials indicated for the backfill above the
over-excavation or Aggregate Base.
C. Backfill the over-excavation to restore the required subgrade elevation.

West Yost December 2016 31 00 00 - 8 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
D. Over-excavation less than 6 inches below the limits indicated: At no increase in
cost to Owner.
E. Over-excavation greater than 6 inches below the limits indicated: Payment will be
made under separate unit price bid items for over-excavation if such bid items have
been established. Otherwise, payment will be made in accordance with a negotiated
price.
F. Measurement and Payment
1. Measurement of quantities for payment of over-excavation: By calculation
by Engineer of the volume of materials removed as over-excavation based
on the difference between the excavation dimensions before and after the
over-excavation work. No compensation will be made for removal of
materials beyond the limits of the additional excavation ordered by
Engineer or for materials which may come into the excavation from outside
the designated limits. No compensation will be made for removal of
materials that are outside of the minimum horizontal dimensions indicated.
2. Payment for over-excavation will be made by the cubic yard. The payment
shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in
excavating and backfilling the over-excavation completely. Payment shall
also include full compensation for the removal and disposal of the excavated
materials, import and installation of backfill materials, control of water in
the excavation, excavation support, and all costs associated with
interruption of construction operations during the review of the foundations,
over-excavation, backfill, and all other operations required for, or as a result
of, over-excavation.

3.06 DISPOSAL OF UNSUITABLE, EXCESS EXCAVATED AND OTHER MATERIALS


A. Dispose unsuitable or excess excavated materials at an appropriate site selected by
Contractor unless otherwise indicated.
B. Obtain required permits, landowner, and agency approvals for disposal of
unsuitable and excess excavated materials and pay costs associated with the
WEST YOST GUIDE SPECIFICATION

removal and disposal of the materials.

3.07 FILL AND EMBANKMENT CONSTRUCTION


A. Scarify foundation soils for fills and embankments bring to optimum moisture
content, and re-compact with heavy compaction equipment to obtain compaction
indicated.
B. Place and compact fill and embankments in horizontal layers so that when
compacted layers to not exceed thickness indicated.
C. Provide keyways or benches where an embankment or fill is to be placed against
slopes, hillsides, or fill slopes.

West Yost December 2016 31 00 00 - 9 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
D. Over-construct fills and embankments to greater horizontal dimensions than
indicated. Cut back slope following placement and compaction to expose well
compacted fill.
E. Construct the first 3 feet of embankment or fills over pipelines using placement and
compaction equipment that do not damage the pipe. Keep heavy construction
equipment a minimum distance of the edge of the trench equal to the depth of the
trench until at least 3 feet of fill over the pipe has been completed.

3.08 STRUCTURE BACKFILL


A. Provide Structure Backfill material within 12-inches of all structures to be
backfilled unless otherwise indicated.
B. Place a 6-inch layer of -inch or 1-inch Crushed Rock below all structures, unless
otherwise indicated.
C. Do not drop backfill upon any structure or pipe.
D. Confirm concrete structures have attained sufficient strength to withstand the
backfill loads imposed.
E. Do not place backfill around water retaining structures until structures have been
tested and approved for backfill. Fill structures with water during backfill
operations.
F. Place backfill after all water has been removed from the excavation and the
excavation sidewalls and subgrade soils have dried to a moisture content suitable
for compaction.
G. Remove all loose, sloughing, or caving soils and rock materials prior to placement
of backfill.
H. Place geotextile fabric as indicated.
I. Promptly after removal, fill voids created by the extraction of sheetpile or shoring
indicated in Section 31 50 00.
J. Place backfill and spread evenly in layers so that when compacted layers do not
exceed thickness indicated.
K. Thoroughly mix layers as necessary to promote uniformity of material in each layer.

WEST YOST GUIDE SPECIFICATION


L. Add water to backfill material where moisture content is below the optimum
moisture content and mix with the soil until the proper moisture content is achieved
throughout the soil layer.
M. Where backfill material moisture content is too high to permit the specified degree
of compaction, dry backfill material until moisture content is satisfactory.

3.09 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS


A. Adjust moisture condition of soils to achieve a water content of 3 percent, plus or
minus 0.5 percent, above the optimum moisture content as determined through
laboratory testing of the soil.

West Yost December 2016 31 00 00 - 10 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
B. Compact each layer in a uniform and systematic manner.
C. For materials with less than 10 percent passing the No. 4 sieve, compact by means
of at least 2 passes from a flat plate vibratory compactor.
D. For materials with 10 percent or more passing the No. 4 sieve, mechanically
compact to the indicated percentage of density each layer of backfill materials.
1. Use equipment that is consistently capable of achieving the required degree
of compaction.
2. Compact each layer over its entire area while the material is at the required
moisture content.
E. Do not use flooding, ponding, or jetting as a method of compaction.
F. Do not use equipment weighing more than 10,000 lbs closer to structure walls than
a horizontal distance equal to the depth of the fill at the time. Use hand operated
power compaction equipment where use of heavier equipment is impractical or
restricted due to weight limitations.
G. Compaction Requirements:
1. Where agency or utility company requirements govern, the highest
compaction standards shall apply.
2. Compact finish and subgrades in compliance with the following table:

Percentage of
Limit/Layer Maximum Density of
Location or Use of Fill Thickness Compacted Material
Backfill around structures 8 in. Layers 90
Embankment Fill 12 in. Layers 90
Subgrade beneath embankments or fill areas (upper 8 inches) Upper 12 in. 95
Subgrade beneath paved areas (upper 24 inches) Upper 12 in. 95
Subgrade beneath structures (upper 12 inches) Upper 12 in. 95
Subgrade beneath keyway (upper 8 inches) Upper 8 in. 95
Finish grade in unimproved or landscape areas Upper 12 in. 85
WEST YOST GUIDE SPECIFICATION

3.10 FIELD QUALITY CONTROL AND TESTING


A. If compaction fails to meet specified requirements, perform remedial work by one
of the following methods:
1. Remove and replace backfill at proper density.
2. Bring density up to specified level by other means acceptable to Owner.
3. Retesting:
a. Costs for conducting additional tests to confirm and verify that
remedial work has brought compaction within specified
requirements shall be borne by the Contractor.

West Yost December 2016 31 00 00 - 11 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
b. Conduct compaction tests at twice as frequently specified for the
initial confirmation tests.
B. Where soil compaction is specified as a percentage of maximum density, determine
the maximum density at optimum moisture content by laboratory testing in
accordance with Method C of ASTM D 1557.
C. Where compaction of cohesionless, free draining soil is specified as a percentage
of relative density, determine relative density by laboratory testing in accordance
with ASTM D 4253 and D 4254.
D. Determine In-Place Density of Compacted Fill Material by performing field tests
of soil density in accordance with ASTM D 2922.

3.11 FINISH GRADES


A. Surface: Reasonably smooth and free of grade breaks, irregular surface changes,
protrusions and other defects.
B. Restore un-improved areas back to pre-construction grades.
C. Backfill topsoil in all areas where the topsoil was removed as part of the site
preparation.
D. Restore drainage swales and water courses to their pre-construction alignments and
grades unless otherwise modified by the Work. Grade surface to drain away from
structures. Direct drainage to collection points.
E. Provide smooth transitions to existing grades.
F. Repair and reestablish grades to required elevations and slopes due to any
settlement or erosion that may occur prior to final acceptance.
G. Vertical Tolerance:
1. Subgrade under paved areas: 0.0 feet above and 0.08 feet below.
2. Subgrade under structures: 0.0 feet above and 0.08 feet below.
3. Landscaped areas: 0.1 feet above and 0.1 feet below.
4. Unimproved areas: 0.1 feet above and 0.1 feet below.

WEST YOST GUIDE SPECIFICATION


PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Earthwork shall not be measured.

4.02 PAYMENT
A. Payment for Earthwork shall be included in the various items of work, and no
additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 31 00 00 - 12 Finished Water Pump Station


174-14-16-02 Earthwork Electrification, Phase 1
Project No. WT 7074
SECTION 31 01 10.58

DISINFECTION OF POTABLE WATER LINES

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Disinfection of potable water piping prior to placing in service.

1.02 SUBMITTALS
A. Identify methods that will be utilized to disinfect potable water piping in
accordance with AWWA Standards and this Specification. Include:
1. Procedures, sample locations, type of disinfectant, and method of
disposing of spent disinfectant.
B. Identify testing laboratory.
C. Submit test results.

1.03 QUALITY ASSURANCE


A. Demonstrate through analytical testing that the potable water piping is
disinfected and meets requirements specified in AWWA C651.
B. Enlist the services of a testing laboratory to obtain, transport and test water
samples.
1. Testing Laboratory Qualifications: Certified to perform chlorine
concentration testing and bacteriological testing in accordance with
AWWA standards.
C. Testing expenses shall be borne by the Contractor.

PART 2 - PRODUCTS

2.01 DISINFECTANT AND DILUTION WATER


WEST YOST GUIDE SPECIFICATION

A. Disinfectant: Use sodium hypochlorite solution or calcium hypochlorite


granules or tablets meeting the requirements of AWWA B300. Do not utilize
hypochlorite manufactured for swimming pools.
B. Dilution Water: Obtain potable water from the existing water distribution
system. Establish temporary connection to existing distribution system and
provide protection against cross-connection as required by AWWA C651.

2.02 CONTRACTORS EQUIPMENT


A. Furnish pumps, hoses, sample connections and other equipment needed to
complete disinfection process.

West Yost December 2016 31 01 10.58 - 1 Finished Water Pump Station


174-14-16-02 Disinfection of Potable Water Lines Electrification, Phase 1
Project No. WT 7074
PART 3 - EXECUTION

3.01 GENERAL
A. Disinfect items installed or modified under this Project, that are intended to
hold, transport or otherwise come into contact with potable water:
1. Pipelines: Disinfect new pipelines that connect to existing pipelines up
to the point of connection.
2. Service laterals and hydrants.
3. Other Potable Water Facilities: Disinfect surfaces of materials that will
contact potable water using one of the methods specified in AWWA
C652 and AWWA C653. Disinfect prior to contact with finished water.
B. Avoid recontamination following disinfection. Repeat disinfection procedure if
recontamination occurs.

3.02 SEQUENCING (NOT USED)

3.03 DISINFECTION PROCEDURE


A. Comply with AWWA C651 requirements for connecting to existing mains.
B. Where new pipe will be connected to existing pipe, do not make the final
connection until the new piping system is tested and meets the disinfection
requirements. Prior to making final connection to the existing potable water
system, swab or spray hypochlorite solution on the interior surfaces of valves,
couplings, piping and appurtenances that will be utilized to make the final
connection.

3.04 SAMPLE COLLECTION AND TESTING


A. City of Vallejo staff will collect and analyze samples to confirm disinfection
process results in compliance with Health Department regulations and AWWA
standards.
B. Contractor shall facilitate sample collection, provide valves at sample points.
C. Certified testing laboratory will test samples to confirm piping meets

WEST YOST GUIDE SPECIFICATION


requirements of AWWA C651 and the State Health Department.
D. Contractor shall repeat the disinfection procedures if the test results indicate
the bacteriological standards are not satisfied.

3.05 PLACING POTABLE WATER FACILITIES IN SERVICE


A. After pipelines and other facilities have been disinfected, refill with potable
water. City will obtain additional water samples and analyze for conformance
to bacteria limits for public water supplies.
B. If analytical results indicate compliance with bacteria limits, place new facility
in service.

West Yost December 2016 31 01 10.58 - 2 Finished Water Pump Station


174-14-16-02 Disinfection of Potable Water Lines Electrification, Phase 1
Project No. WT 7074
C. If analytical results indicate new facility does not meet bacteria limits, repeat
disinfection procedures and analytical testing of new samples until regulated
water quality limits are satisfied.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Disinfection of Potable Water Lines shall not be measured.

4.02 PAYMENT
A. Payment for Disinfection of Potable Water Lines shall be made at the lump
sum price named in the Bid Schedule under Item No. 10 Testing and
Disinfection of Pipelines. The contract lump sum price shall include full
compensation for all work related to disinfection including preparation of a
disinfection plan, retaining a testing laboratory, disinfectant, as well as all labor,
tools, equipment and incidentals necessary for performing all work involved,
complete in place, as described in these contract documents, and as directed by
the Engineer.

END OF SECTION
WEST YOST GUIDE SPECIFICATION

West Yost December 2016 31 01 10.58 - 3 Finished Water Pump Station


174-14-16-02 Disinfection of Potable Water Lines Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT BLANK INTENTIONALLY)

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 31 01 10.58 - 4 Finished Water Pump Station


174-14-16-02 Disinfection of Potable Water Lines Electrification, Phase 1
Project No. WT 7074
SECTION 31 23 16.13

TRENCHING

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Trench excavation and backfilling for pipe and pipeline appurtenances.
B. Minor structure excavation and backfill associated with pipeline construction.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section
1. Section 01 33 00 Submittals
2. Section 02 20 00 Site Preparation
3. Section 02 30 00 Subsurface Investigations
4. Section 03 30 00 Cast-in-Place Concrete
5. Section 03 60 00 Grout
6. Section 31 23 23.33 Controlled Low Strength Material
7. Section 31 50 00 Excavation Support and Protection

1.03 DEFINITIONS
A. Backfill: Earthwork necessary to provide fill between new structures and
excavation up to the sub or finish grade.
B. Bedding Zone: The area from the trench subgrade to the bottom of the pipe.
C. Embedment or Pipe Zone: The area from the top of the Bedding Zone to the bottom
of the Trench Zone as indicated on the Drawings.
D. Excavation: Earthwork necessary to remove existing material for the installation of
WEST YOST GUIDE SPECIFICATION

structures.
E. Finish Grade: Final surface following placement of surfacing, if any, as indicated.
F. Native Material: Naturally occurring soils excavated from the trench after top soil,
if any, has been removed.
G. Open Areas: Areas along the pipeline route that are outside Roadway Shoulders or
in open pasture.
H. Pavement Section: The upper portion of the trench within paved areas comprising
the base and finished surface materials.
I. Roadway Shoulders: Paved areas and unpaved areas outside the traveled way and
extending to the outside edge of any roadside drainage features.

West Yost December 2016 31 23 16.13 - 1 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
J. Spoils: Unsuitable or excess excavated materials.
K. Subgrade: The surface of the earthwork on which bedding, base materials,
pavement, other surfacing materials, or structure bases are placed.
L. Traveled Way: The portion of the roadway where vehicles travel, does not include
shoulders.
M. Trench Backfill: Materials used to backfill the trench including bedding zone, pipe
zone, and trench zone backfill.
N. Trench Zone: The area from the top of the Pipe Zone to the bottom of the pavement
base (subgrade), ground surface or other surface material over the trench
excavation.
O. Wet Trench: Trench with water or groundwater present in the trench.

1.04 SUBMITTALS
A. Prepare submittals and submit in accordance with Section 01 33 00.
B. Material Data: Submit the following for each material type imported to the site:
1. Material source.
2. Gradation.
3. Moisture-density curves.
4. Permeability tests (for clay material).
C. All material submittals must be dated to less than 1 year prior to Notice-to-proceed.
D. For excavations 5 feet or deeper, submit detailed plan of all shoring, bracing, side
sloping, or other provisions for worker protection against the hazard of caving
ground during excavations in accordance with Section 31 50 00.
E. Submit name and qualifications of materials testing lab for Contractor furnished
testing.

1.05 QUALITY ASSURANCE


A. Materials and compaction testing

WEST YOST GUIDE SPECIFICATION


1. Source Testing of Materials: Provided and paid for by Contractor.
2. Field Testing of Compaction: Provided and paid for by Contractor.
3. For contractor provided testing, provide testing performed by a qualified
testing laboratory approved by the Owner. Submit testing laboratory
qualifications for approval.
B. Compaction Testing:
1. In-place Density Testing of Compacted Fill Material: ASTM D2922 Test
Methods for Density of Soil and Soil Aggregate by Nuclear Methods
(shallow depth).

West Yost December 2016 31 23 16.13 - 2 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
2. Laboratory Density Testing of Compacted Material:
a. Cohesive soils: Method C of ASTM D1557 Test Methods for
Moisture-Density Relations of Soils and Soil-Aggregate Mixtures,
Using 10 lb Rammer and 18 Drop.
b. Cohesionless, free draining soils: ASTM D4253 Test Methods for
Maximum Index Density of Soils Using a Vibratory Table and
D4254 Test Methods for Maximum Index Density of Soils and
Calculation of Relative Density.
C. Materials Testing Standards:
1. Particle size analysis of soils and aggregates: ASTM D422 Method for
Particle-Size Analysis of Soils.
2. Determination of sand equivalent value: ASTM D2419 Test Method for
Sand Equivalent Value of Soils and Fine Aggregate.
3. Liquid limit, plastic limit, and plasticity index: ASTM D4318 Standard
Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
4. Testing for organic matter: ASTM D2974 Standard Test methods for
Moisture, Ash, and Organic Matter of Peat and Other Organic Soils.
5. Testing for percentage of fractured particles: ASTM D5821.
6. References in this section to soil classification types and standards:
Meanings and definitions indicated in ASTM D2487 Classification of
Soils for Engineering Purposes.

PART 2 - PRODUCTS

2.01 MATERIALS
A. General:
1. Obtain trench backfill materials from one or more of the following:
a. Processed on-site materials, or
b. Processing plants.
WEST YOST GUIDE SPECIFICATION

2. Provide materials as indicated or as may be necessary to complete the Work


at no additional cost to the Owner, unless a unit price item is included for
trench backfill materials in the bidding schedule.
3. Provide materials as indicated in the Schedule in PART 3.
4. Soils unsuitable for use as trench backfill materials:
a. Soils classified under ASTM D 2487 categories Pt, OH, CH, MH,
or OL; or soils that contain classifications Pt, OH, CH, MH, or OL
in combination with any other soil classification, such as CH/CL.
b. Soils which cannot be compacted sufficiently to achieve the density
specified for the intended use, are highly expansive, or are unstable
or "pump", regardless of the degree of compaction.

West Yost December 2016 31 23 16.13 - 3 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
c. Soils that contain hazardous or designated waste materials including
petroleum hydrocarbons, pesticides, heavy metals, and any material
which may be classified as hazardous or toxic according to
applicable Regulations.
d. Soils that contain greater concentrations of chloride or sulfate ions,
or have a soil resistivity or pH less than the existing on-site soils.
e. Topsoil, except as allowed below.
f. Soils containing rocks, stones, or boulders larger than specified.
g. Soils that contain more than 5 percent organic matter when tested in
accordance with ASTM D2974.
B. Native Materials:
1. Materials generated from on-site materials conditioned as follows:
a. Maximum particle size: 2 inches.
b. Percent passing No. 200 sieve: Less than 5 percent.
c. Sand equivalent: 30 minimum.
C. Crushed Rock:
1. Clean, hard, sound, durable, uniform in quality, and free of soft, friable,
thin, elongated or laminated pieces, and disintegrated material.
2. Have 100 percent of its particles with at least one fractured face on a weight
basis, when tested for crushed particles per ASTM D5821.
3. Comply with the grading shown in the following table:
Percentage Passing
Sieve Size 1-inch 3/4-inch 1/2-inch
1-1/2-inch 100 - -
1-inch 90-100 100 -
3/4-inch 30-60 90-100 100
1/2-inch 0-20 30-60 90-100
3/8-inch - 0-20 20-60
No. 4 0-5 0-5 0-15

WEST YOST GUIDE SPECIFICATION


No. 8 - 0-5

D. Sand:
1. General: Clean, coarse, natural sand free from organic material, suitable for
the purpose intended.
2. Gradation: 90 percent to 100 percent will pass a No. 4 sieve and not more
than 5 percent will pass a No. 200 sieve.
E. Controlled Low Strength Material (CLSM): Comply with Section 31 23 23.33.

West Yost December 2016 31 23 16.13 - 4 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
F. Aggregate Base:
1. State Standard Specifications, Section 26.
2. Class 2, 3/4 inch maximum, unless otherwise indicated.
G. Clay:
1. On-site or off-site clay material free of organic materials or rocks.
2. Permeability: Not greater than 1x10-6 cm/sec when tested in accordance
with ASTM D2434.
H. Permeable Backfill:
1. General: Hard, durable, clean sand, gravel or crushed stone, free from
organic material, clay balls or other deleterious substances.
2. Durability index: Not less than 40
3. Sand equivalent: Not less than 75.
4. Comply with the grading shown in the following table:
Sieve Sizes, Percent by Weight
Square Openings Passing Sieve
1-inch 100
3/4-inch 90 100
3/8 40 100
No. 4 25 40
No. 8 18 33
No. 30 5 15
No. 50 07
No. 200 03

I. Structure Backfill Material:


1. General: Granular, low to non-expansive soil.
2. Plasticity index: 12 or less.
WEST YOST GUIDE SPECIFICATION

3. Liquid limit: 30 or less.


4. Comply with the grading shown in the following table:
Sieve Size Percentage Passing
6-inch 100
3-inch 95-100
No. 200 15-50

J. Concrete: In accordance with Section 03 30 00


K. Cement Slurry Backfill:
1. Slurry cement backfill: Provide a fluid workable mixture of aggregate,
cement, and water.

West Yost December 2016 31 23 16.13 - 5 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
2. Cement: In accordance with Section 03 30 00, except testing is not required.
3. Water: Free from oil, salts, and other impurities that adversely affect the
backfill.
4. Aggregates: Select one of the following:
a. Commercial-quality concrete sand
b. Excavated or imported material in any combination, free of organic
material and other deleterious substances and complying with the
grading requirements shown in the following table:
Sieve size Percentage passing
1-1/2" 100
1" 80100
3/4" 60100
3/8" 50100
No. 4 4080
No. 100 1040

5. Proportion slurry cement backfill by weight or volume. Use at least


188 pounds of cement per cubic yard. Use sufficient water to produce a fluid
workable mix that flows and can be pumped without segregation during
placement.
6. Mix materials thoroughly by machine. Use a pugmill, rotary drum, or other
authorized mixer. Mix until cement and water are thoroughly dispersed.

2.02 SOURCE QUALITY CONTROL


A. Perform source quality control testing by approved testing laboratory and submit
results to Owner.
B. Frequency of Sampling of Imported Material: After initial testing demonstrates that
the proposed borrow material meets the specified requirements, obtain and submit
one additional sample for every 500 cubic yards of imported material.

PART 3 - EXECUTION

WEST YOST GUIDE SPECIFICATION


3.01 EXISTING UTILITY LOCATIONS
A. Perform subsurface investigations to locate existing underground utilities in
accordance with Section 02 30 00.

3.02 TRENCH EXCAVATION


A. General Requirements
1. Stabilize and support all faces of the trench excavation as specified in
Section 31 50 00.

West Yost December 2016 31 23 16.13 - 6 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
2. Clear, grub, and strip construction area as necessary to remove all
vegetation and top soil as specified in Section 02 20 00.
B. Open Trenches
1. Open Trench Limitations
a. At the end of each working day fully backfill trenches. Within paved
areas place temporary asphalt patch over removed pavement.
2. Open Trench Safety Requirements
a. Along roadways: Erect traffic barricades and warning lights meeting
safety requirements of City of Vallejo.
b. Provide fencing and warning tape to protect workers from open
trench in open areas.
C. Trench Excavations
1. Excavate trenches and maintain excavation such that pipe and pipeline
accessories are installed in an open trench.
2. Excavate to subgrade elevation and to trench width dimensions indicated on
the Drawings.
3. Excavate all materials of whatever nature encountered, including all
obstructions of any nature that would interfere with the proper execution of
the trenching Work unless otherwise indicated.
4. Where pipelines are to be installed in embankments, fills, or structure
backfills, construct fill to a level at least one foot above the top of the pipe
before the trench is excavated.
5. Trench shield:
a. If a moveable trench shield is used during excavation operations
widen the trench width so that the shield is free to be lifted and then
moved longitudinally without binding against the trench sidewalls.
b. If the trench walls cave in or slough, the trench shall be excavated
as an open cut excavation with sloped sidewalls or with trench
WEST YOST GUIDE SPECIFICATION

shoring, as indicated and as required by the pipe structural design.


D. Trench Bottom: Excavate and shape trench bottoms to provide uniform subgrade
for placement of Bedding Material.
1. Unsuitable Hard Trench Bottom: If bottom of excavation is found to consist
of rock or any material that cannot be excavated to provide uniform bearing
surface:
a. Notify Engineer of the conditions encountered and obtain
concurrence that an unsuitable trench bottom condition is present.
b. Remove such rock or other material to a depth of not less than 6
inches below the original design elevation of the bottom of the
trench.

West Yost December 2016 31 23 16.13 - 7 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
c. Place bedding material or aggregate base course material to restore
the trench bottom to the original design elevation. Place in lifts not
exceeding 8 inches in un-compacted thickness and compact to 90
percent of maximum density.
2. Unsuitable Soft Trench Bottom: If bottom of excavation is found to consist
of soft or unstable material which is incapable of properly supporting pipe:
a. Notify Engineer of the condition encountered and obtain
concurrence that an unsuitable trench bottom condition is present.
b. Remove such material to a depth and for the length required, as
determined by the Engineer.
c. Place bedding material or aggregate base course material to restore
the trench bottom to the original design elevation. Place in lifts not
exceeding 8 inches in un-compacted thickness and compact to 90
percent of maximum density.
3. Over-excavation
a. Over-excavation to a depth 6 inches or less below the design trench
bottom shall be done at no additional cost to the Owner.
b. When the over-excavation ordered by Engineer is greater than
6 inches below the limits shown, additional payment will be made
to Contractor. Additional payment will be made under separate unit
price bid items for over-excavation if such bid items have been
established. Otherwise, payment will be made in accordance with a
negotiated price.
c. Measurement and Payment:
1) Measurement of quantities for payment of over-excavation
will be by calculation by Engineer of the volume of materials
removed as additional excavation, including additional
material that must be excavated from slopes. Such
calculation shall be based on the difference between
dimensions before and after the additional excavation work.
No compensation will be made for removal of materials
beyond the limits of the additional excavation ordered by

WEST YOST GUIDE SPECIFICATION


Engineer or for materials which may come into the
excavation from outside the designated limits. No
compensation will be made for removal of materials that are
outside of the minimum horizontal dimensions indicated,
even if Contractor has excavated wider than the minimum
indicated.
2) Payment for over-excavation will be made by the cubic yard.
The payment shall include full compensation for furnishing
all labor, materials, tools, equipment, and incidentals, and
for doing all the work involved in excavating and backfilling
the over-excavation completely, to a level at the bottom of
the pipe bedding indicated. Payment shall also include full

West Yost December 2016 31 23 16.13 - 8 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
compensation for the removal and disposal of the excavated
materials, import and installation of the backfill materials,
control of water in the excavation, excavation support, and
all costs associated with the interruption of construction
operations during the review of the foundations, excavation,
backfill, and all other operations required for, or as a result
of, over-excavation.
4. Over-excavation not ordered by the Engineer:
a. Any over-excavation carried below the grade ordered or indicated,
shall be backfilled to the required grade with the indicated material
and compaction. Such work shall be performed by Contractor at no
additional cost to Owner.

3.03 EXCAVATION FOR MANHOLES, VAULTS AND OTHER PIPELINE STRUCTURES.


A. Unless otherwise indicated, provide excavations sufficient to leave space for
shoring which may be used to support the face of the excavation.
B. Excavate to the subgrade soils beneath the bottom of the structure or bottom of
crushed rock layer where indicated.
C. Scarify the top subgrade soils to a depth of 6 inches, moisture condition, and re-
compact to 90 percent of maximum density.

3.04 BEDDING ZONE


A. Bedding Material: As scheduled herein or as indicated on the Drawings
B. Depth of Bedding Material: As indicated on the Drawings.
C. Place Bedding Material in a single lift, and at uniform density, with minimum
possible compaction. Grade material to allow installation of the pipe at the design
elevations.
D. Depressions for Assembly of Joints
1. Dig holes for bell or coupling assembly after Bedding Material has been
placed at the trench bottom and fine graded to the design elevation.
WEST YOST GUIDE SPECIFICATION

2. Create sufficient width and depth to provide ample room for tightening
bolts, welding, or other joint assembly activities.
3. Excavate holes only as necessary in making joints. Ensure that pipe rests
upon prepared trench bottom and is not supported by any portion of the
joint.

3.05 PIPE ZONE


A. Pipe Zone Material: As scheduled herein or as indicated on the Drawings.
B. Dimensions of Pipe Zone Material: As indicated on the Drawings.
C. After the pipe is laid, place material within the Pipe Zone in lifts:

West Yost December 2016 31 23 16.13 - 9 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
1. Place backfill only after all water is removed from the excavation and the
trench sidewalls have been dried to a moisture content suitable for
compaction.
2. Immediately prior to placing backfill materials remove all loose, sloughing,
or caving soils and rock materials from the trench.
3. Place in lifts not exceeding 8 inches in un-compacted thickness and compact
to 90 percent of maximum density. Maintain level backfill on each side of
pipe.
4. Do not dump backfill materials directly on the pipe.
D. Pipe Displacement
1. Take necessary precautions in placement and compaction of to prevent
displacement of piping.
2. In the event there is movement of the pipe, excavate and re-lay the pipe.
E. Consolidation:
1. Do not use water-settling methods to consolidate trench backfill materials.
2. Use mechanical means, shovel slicing or vibratory compaction, to compact
granular backfill materials under pipe haunches.

3.06 TRENCH ZONE


A. Trench Zone Material: As scheduled herein or as indicated on the Drawings.
B. Dimensions of Trench Zone Material: As indicated on the Drawings
C. Backfill voids that may form when removing shoring and bracing.
D. Do not use water-settling methods to consolidate Trench Zone Material.
E. Under Existing Crossing Pipes or Conduits Larger than 3-inches in Diameter
1. Backfill from the top of the Pipe Zone to the spring line of the intersecting
pipe or conduit with Aggregate Base or Pipe Zone material. Place in lifts
not exceeding 8 inches in compacted depth and compact to 90 percent of
maximum density.

WEST YOST GUIDE SPECIFICATION


2. Extend Pipe Zone material 2 feet on either side of crossing pipe or conduit
to 6 inches above the top of the crossing pipe.
3. Backfill remainder of trench as described in this Section.

3.07 FINAL BACKFILL ZONE


A. Unless indicated otherwise on the Drawings, restore the Site to the topography that
existed prior to construction by excavation, compaction, finish grading and other
earthwork operations, as necessary, for the areas affected by construction.
B. Backfill with stockpiled topsoil in all areas where the original topsoil was removed
as part of the site preparation and construction activities.

West Yost December 2016 31 23 16.13 - 10 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
C. Restore all drainage swales and water courses to their original alignments and
grades.
D. Install and maintain for a period of at least one year following completion of
construction in any area, the facilities and management practices required by the
Project Storm Water Pollution Prevention Plan, if any.
E. Install and maintain for a period of at least one year following completion of
construction in any area, the measures required by the environmental permitting
Drawings, permits, and approval documents of the agencies that have issued
permits for construction of the Project.
F. Inside road rights-of-way:
1. Unless otherwise indicated on the Drawings or required by the agency
having jurisdiction of the road right-of-way, complete trench backfill as
follows:
a. Place in lifts not exceeding 8 inches in un-compacted depth.
b. Compact to 90 percent of maximum density except compact to
95 percent the upper 24 inches below the finished grade.
c. Replace aggregate base course to match existing aggregate base
course thickness.
d. Replace final surface as indicated on the Drawings, match existing
thickness, or as required by the agency having jurisdiction of the
right-of-way, whichever is greater.
G. Outside road rights-of-way:
1. Areas with unpaved surfaces:
a. Place final backfill in lifts not exceeding 12 inches in un-compacted
depth and compact to 90 percent of maximum density.
b. In Open Areas, replace topsoil with material that was removed and
stockpiled prior to trench excavation.
2. Paved areas or driveways:
a. Replace final surface as indicated on the Drawings or match existing
WEST YOST GUIDE SPECIFICATION

thickness, whichever is greater.


b. Replace driveway materials in kind.
c. Match pre-construction condition or better.
d. Smooth and compact material as required to create a smooth and
firm driving surface.

3.08 CONCRETE PIPE ENCASEMENT


A. Provide concrete pipe encasement where indicated on the Drawings.
B. Concrete: 2,000 psi
C. Provide temporary bulkheads to contain concrete at each end of encasement.
Remove temporary bulkheads after concrete has set.

West Yost December 2016 31 23 16.13 - 11 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
D. Install reinforcing steel, where indicated, in accordance with Section 03 30 00.
E. Mix and place concrete in accordance with Section 03 30 00
F. Control placement of concrete to prevent movement of the pipe from either
displacement or buoyancy forces.
G. Support pipeline on concrete blocks, sand bags, or pre-mixed cement bags unless
otherwise noted. Place supports a minimum of 10 feet on center.
H. Maintain groundwater removal, as necessary, at least until completion of concrete
placement.
I. Do not place backfill on top of concrete within 4 hours of the completion of
concrete placement.

3.09 CEMENT SLURRY BACKFILL


A. Provide cement slurry backfill where indicated on the Drawings.
B. Provide temporary bulkheads to contain cement slurry at each end of cement slurry
backfill segments. Remove temporary bulkheads after slurry has set.
C. Control placement of cement slurry backfill to prevent movement of the pipe from
either displacement or buoyancy forces.
D. Support pipeline on concrete blocks, sand bags, or pre-mixed cement bags unless
otherwise noted. Place supports a minimum of 10 feet on center.
E. Maintain groundwater removal, as necessary, at least until completion of cement
slurry backfill placement.
F. Do not place backfill on top of cement slurry backfill within 4 hours of the
completion of cement slurry backfill placement.

3.10 TRENCH DAMS


A. Trench dam material: As scheduled herein or as indicated on the Drawings.

3.11 STRUCTURE BACKFILL


A. Provide Structure Backfill material within 24-inches of all structures to be

WEST YOST GUIDE SPECIFICATION


backfilled unless otherwise indicated.
B. Place a 6-inch layer of 3/4-inch or 1-inch Crushed Rock below all structures, unless
otherwise indicated.
C. Do not drop backfill upon any structure or pipe.
D. Confirm concrete structures have attained sufficient strength to withstand the
backfill loads imposed prior to placing backfill.
E. Do not place backfill around water retaining structures until structures have been
tested and approved for backfill. Fill structures with water during backfill
operations.

West Yost December 2016 31 23 16.13 - 12 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
F. Place backfill after all water has been removed from the excavation and the
excavation sidewalls and subgrade soils have dried to a moisture content suitable
for compaction.
G. Remove all loose, sloughing, or caving soils and rock materials prior to placement
of backfill.
H. Place geotextile fabric as indicated.
I. Promptly after removal, fill voids created by the extraction of sheetpile or shoring
with sand-cement grout that conforms to Section 03 60 00.
J. Place backfill and spread evenly in layers so that when compacted layers do not
exceed thickness indicated.
K. Thoroughly mix layers as necessary to promote uniformity of material in each layer.
L. Add water to backfill material where moisture content is below the optimum
moisture content and mix with the soil until the proper moisture content is achieved
throughout the soil layer.
M. Compact backfill to 90 percent of maximum density except compact to 95 percent
the upper 24-inches below the finished grade.

3.12 COMPACTION REQUIREMENTS


A. Compaction requirements specified herein are in-place densities of compacted
backfill.
B. Initial Trench Backfill Compaction Demonstration
1. Demonstrate adequacy of compaction equipment and procedures before
exceeding 500 lineal feet of trenching work.
2. Continued Compaction Requirements: When specified degree of
compaction is achieved, proceed with trenching and backfilling activities
using the established equipment and procedures.

3.13 DISPOSAL OF SPOILS


A. Dispose of spoils and unsuitable materials in a lawful manner at an off-site location.
WEST YOST GUIDE SPECIFICATION

B. Do not dispose of spoils within temporary or permanent easements.


C. A spoils disposal area has not been identified for this project. It is Contractors
responsibility to identify spoils disposal areas and to negotiate all agreements
necessary and pay all costs to dispose of spoils.
D. Obtain written permission and landowner agreements that allows the disposal of
spoils and contains language that states that Owner, Engineer, and Design
Consultant shall not be liable for any claims or damages resulting from Contractor's
use of properties for disposal of spoils.
E. Prior to removal of any materials from the project site, provide copies of permits,
landowner agreements, and approvals to Engineer.

West Yost December 2016 31 23 16.13 - 13 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
3.14 FIELD QUALITY CONTROL
A. Cost of compliance testing: By Contractor.
B. Frequency of testing: Periodic compliance tests will be made by the Engineer to
verify that compaction is meeting requirements specified.
C. Contractors responsibilities:
1. Coordinate compaction testing and compliance with agency having
jurisdiction over the Work within the public right-of-way.
2. Submit copies to the Owner of compaction testing results for compaction
testing conducted by others.
3. Remove overburden above level at which the Engineer wishes to test.
4. Provide trench support and groundwater removal.
5. Backfill and re-compact material after testing is completed.
6. If compaction fails to meet specified requirements, perform remedial work
by one of the following methods:
a. Remove and replace backfill at proper density.
b. Bring density up to specified level by other means acceptable to the
Engineer.
c. Redo trench backfill compaction demonstration and demonstrate
compaction process achieves required results.
d. Costs of retesting to confirm compliance: By the Contractor.
D. Compaction Testing:
1. Coordinate compaction testing and compliance with agency having
jurisdiction over the Work within the public right-of-way.
2. Submit copies of compaction testing results to the Owner.
3. If compaction fails to meet specified requirements, perform remedial work
by one of the following methods:
a. Remove and replace backfill at proper density.

WEST YOST GUIDE SPECIFICATION


b. Bring density up to specified level by other means acceptable to the
Engineer.
c. Redo trench backfill compaction demonstration and demonstrate
compaction process achieves required results.
E. Frequency of trench backfill compaction confirmation testing:
1. Each test location: Perform tests for each type or class of backfill from
bedding to finish grade, excluding controlled low strength material (CLSM)
and concrete slurry backfill
2. Open fields: 1 tests every 1,000 linear feet.
3. Non-paved roadways: 1 tests every 500 linear feet.

West Yost December 2016 31 23 16.13 - 14 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
4. Crossing paved roadways: 2 tests at each crossing.
5. Inside road rights-of-way:
a. 1 test every 300 linear feet.
b. As required by the Agency having jurisdiction over the right-of-
way.

3.15 SCHEDULE
A. Construct pipeline using materials specified in the following schedule. Where
options are provided, Contractor may select materials from the materials listed.
1. Bedding Zone:
a. Crushed Rock (3/4)
b. Sand
c. Controlled Low Strength Material
2. Embedment Zone:
a. Crushed Rock (3/4/)
b. Controlled Low Strength Material
3. Trench Zone:
a. Native Backfill, except Class 2 Aggregate Base within 36-inches of
the finished surface within paved areas.
b. Class 2 Aggregate Base
4. Trench dams materials:
a. Clay
b. Controlled Low Strength Material
c. Two Sack Cement Slurry
B. Structure Backfill:
1. Bedding:
a. Crushed Rock (1- or 3/4-inch)
WEST YOST GUIDE SPECIFICATION

b. Class 2 Aggregate Base.


2. Structure backfill:
a. Structure Backfill Material

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Trenching shall not be measured.

West Yost December 2016 31 23 16.13 - 15 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
4.02 PAYMENT
A. Payment for Trenching shall be included in the various items of work, and no
additional compensation will be made therefor.

END OF SECTION

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 31 23 16.13 - 16 Finished Water Pump Station


174-14-16-02 Trenching Electrification, Phase 1
Project No. WT 7074
SECTION 31 23 23.33

CONTROLLED LOW STRENGTH MATERIAL

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Requirements for controlled low strength material (CLSM) as backfill material in
specific locations.

1.02 DEFINITION
A. Controlled Low Strength Material (CLSM): A highly flowable, lean concrete mix
consisting of a mixture of cement, fly ash, densely graded mineral aggregates, water
and admixtures. Characteristics include:
1. Capable of freely flowing to fill excavations and voids without compaction
or other additional effort.
2. Used in trenches and for backfill adjacent to structures where clearance is
limited, and in other areas specifically identified on the Drawings or
specified.
3. Low permeability to prevent migration of adjacent fines into the set mix.
4. Easily excavated after curing with minimum risk of damage to buried
utility.

1.03 SUBMITTALS
A. Mix Design: Identify name and/or number of the mix design. Provide the
proportions and gradations of materials proposed for CLSM.
B. Certified test results for compressive strength.

1.04 QUALITY ASSURANCE


WEST YOST GUIDE SPECIFICATION

A. Demonstrate that the CLSM mix meets the specified requirements, including
compressive strength.
B. Enlist the services of a testing laboratory to prepare test cylinders and to transport
cylinders to the laboratory for testing.
C. Testing expenses shall be borne by the Contractor.
D. Test Cylinders
1. Procedure: Make 6-inch diameter by 12-inch high test cylinders in
accordance with ASTM C31.
2. Required Number: Not less than 3 cylinders for each 200 cubic yards of
CLSM placed, with a minimum of 3 cylinders for each location where
CLSM is used.

West Yost December 2016 31 23 23.33 - 1 Finished Water Pump Station


174-14-16-02 Controlled Low Strength Material Electrification, Phase 1
Project No. WT 7074
3. Test two cylinders at 28 days, third cylinder is spare.
E. Field Testing: Furnish slump testing equipment and test slump in accordance with
ASTM C 143.

PART 2 - PRODUCTS

2.01 GENERAL
A. CLSM Mix: A mixture of Portland cement, fly ash, aggregate, water, and
admixtures that produce a material of controlled density and of low compressive
strength capable of filling all spaces between the pipe, the bedding and the trench
walls.

2.02 MATERIALS
A. Cement: Conforming to ASTM C150, Type II or III with total alkali content not
more than 0.8 percent.
B. Water: Clean, potable water.
C. Fly Ash
1. Mix Designs used for Pipe Bedding and Trench Backfill: Class C in
conformance with ASTM C 618.
2. Mix Designs used for Backfill of Excavations: Class F in conformance with
ASTM C 618.
D. Aggregate Materials
1. Densely graded rock conforming to the following gradation:
Sieve Size Percentage Passing
1 inch 100
No. 8 50-100
No. 200 0-5

2.03 DESIGN REQUIREMENTS


A. Water-cement Ratio: Not to exceed 3.5.

WEST YOST GUIDE SPECIFICATION


B. Minimum Cement Content: 50 pounds per cubic yard.
C. Use fly ash to improve flow-ability of the fresh CLSM and to regulate the strength.
Do not use more than 300 pounds per cubic yard.
D. Unit Weight Requirements
1. Density of CLSM when used as backfill of excavations: Between
100 pounds per cubic foot and 130 pounds per cubic foot in the as-placed
condition as determined by ASTM D 6023.

West Yost December 2016 31 23 23.33 - 2 Finished Water Pump Station


174-14-16-02 Controlled Low Strength Material Electrification, Phase 1
Project No. WT 7074
E. Compressive Strength Requirements
1. Mix Designs used for Pipe Bedding and Trench Backfill: Compressive
strength at 28 days between 100 psi and 150 psi as determined in accordance
with ASTM D 4832.
2. Mix Designs used for Backfill of Excavations: Compressive strength at
28 days between 300 and 600 psi as determined in accordance with ASTM
C4832.

2.04 CONSISTENCY AND MIXING


A. Consistency: Similar to that of a thick liquid so that it flows readily and fills spaces
and voids around pipes and structures.
B. Slump: Between 6 inches and 8 inches when tested in accordance with
ASTM C143.
C. Uniform consistency and appearance.
D. Mixing Method and Time: As required to produce a uniform mixture of cement, fly
ash, aggregate, admixtures, and water.

2.05 MEASUREMENT OF MATERIALS


A. Use weighing equipment to determine the amount of cement, fly ash, and aggregate
entering into each batch. Where batches are proportioned to contain an integral
number of conventional sacks of cement, and the cement is delivered at the mixer
in the original unbroken sacks, the weight of the cement contained in each sack may
be taken without weighing as 94 lbs.
B. Use a suitable water meter or other acceptable method of measuring the quantity of
water entering the mixer.

PART 3 - EXECUTION

3.01 PLACEMENT
A. Thoroughly settle and consolidate CLSM as the material is placed in excavations.
Fill the entire depth of the layer that is being consolidated, into a dense,
WEST YOST GUIDE SPECIFICATION

homogeneous mass, filling all spaces and voids and bringing only a slight excess
of water to the exposed surface. Place and consolidate CLSM by means that will
not cause segregation of the mix.
B. Do not place CLSM under the following conditions:
1. When the air temperature is below 40 degrees Fahrenheit.
2. When the excavation contains water or when the bottom or walls of the
excavation are frozen or contain frozen material.
C. Prevent flotation of pipes by placing CLSM in two or more lifts, with each lift
reaching an initial set before the succeeding lift is placed. Correct any flotation and
displacement of pipelines.

West Yost December 2016 31 23 23.33 - 3 Finished Water Pump Station


174-14-16-02 Controlled Low Strength Material Electrification, Phase 1
Project No. WT 7074
D. Placement of CLSM in Excavations: Limit lift thickness to 10 feet, place
subsequent lifts after CLSM has achieved the minimum specified compressive
strength.

3.02 PROTECTION OF CLSM


A. Protect CLSM from equipment, traffic and backfilling operations until the surface
has achieved an initial set and has hardened enough to develop a minimum
penetration number of 650 when tested in accordance with ASTM C 403.
B. If the trench backfill is not to be placed over the CLSM within eight hours after
CLSM placement, place a 6-inch layer of moist backfill over the CLSM.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Controlled Low Strength Material shall not be measured.

4.02 PAYMENT
A. Payment for Controlled Low Strength Material shall be included in the various
items of work, and no additional compensation will be made therefor.

END OF SECTION

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 31 23 23.33 - 4 Finished Water Pump Station


174-14-16-02 Controlled Low Strength Material Electrification, Phase 1
Project No. WT 7074
SECTION 31 50 00

EXCAVATION SUPPORT AND PROTECTION

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Temporary excavation support systems.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section
1. Section 01 33 00 Submittals
2. Section 03 60 00 Grout
3. Section 31 00 00 Earthwork
4. Section 31 23 23.33 Controlled Low Strength Material

1.03 DEFINITIONS
A. Protection Systems:
1. Sloping or benching systems for excavated slopes.
2. Structural support systems, shield systems, and other systems for preventing
excavation wall failure.

1.04 SUBMITTALS
A. Prepare and submit in accordance with Section 01 33 00.
B. Submit information as a complete package. Include all items required by the
Contract Documents. Incomplete submittals will not be reviewed and will be
returned for resubmittal as a complete package.
C. Shop Drawings
WEST YOST GUIDE SPECIFICATION

1. Prepared, signed and sealed by a professional engineer who is registered to


practice in the state of California.
2. Clearly indicate structural sections of shoring members, welding details,
bolting details and bracing details.
3. Indicate existing and new structures, pipelines and other improvements
located in the vicinity and impacting the design of the shoring system.
4. Provide details for bracing, reinforcement and sealing around penetrations.
D. Calculations: Structural calculations verifying and demonstrating the structural
safety and adequacy of the sheeting, shoring and bracing to be used.

West Yost December 2016 31 50 00 - 1 Finished Water Pump Station


174-14-16-02 Excavation Support and Protection Electrification, Phase 1
Project No. WT 7074
1. Prepared, signed and sealed by a registered Professional Civil or Structural
Engineer who is registered to practice in the State of California.
2. Provide calculations for the different load, support and other conditions that
occur during the sequence of installation, construction of facilities protected
by the shoring and the sequence of removal of the internal bracing and
shoring.
E. Sheet Pile Driving Equipment: Information on type of equipment to be used,
including manufacturer, model number and driving energy.
F. Qualifications of registered Professional Engineer and shoring installer, including
project references.
G. Prepare a detailed plan illustrating the sequence of installation and removal of
shoring systems and internal bracing. Include sketches showing the various stages
in the sequence.
H. Letter confirming installation of the shoring system is in accordance with the
shoring design.
I. Control Points and Stability Measurements:
1. Submit proposed location and details of control points and method and
schedule for obtaining stability measurements.
2. Submit field notes documenting stability measurements.

1.05 INSTALLER QUALIFICATIONS


A. Shoring installer must have a minimum of five successful past installations of
shoring systems of comparable overall heights and comparable penetration of soils
similar to those found on the project site.

1.06 PERFORMANCE REQUIREMENTS


A. Design and install excavation support and protection systems that are capable of:
1. Supporting excavation sidewalls and bottom to maintain the required
excavation or trench section.
2. Resisting soil and hydrostatic pressure and superimposed construction loads

WEST YOST GUIDE SPECIFICATION


and other live loads.
3. Protecting existing facilities in the vicinity of the excavation from damage
due to settlement or movement of soil
B. Provide professional engineering services necessary to assume engineering
responsibility, including preparation of Shop Drawings and a comprehensive
engineering analysis by a qualified professional engineer registered in the State of
California.
C. Install and remove excavation support and protection systems without damaging
existing buildings, pavements, utilities, railroad facilities and other improvements
adjacent to excavation.

West Yost December 2016 31 50 00 - 2 Finished Water Pump Station


174-14-16-02 Excavation Support and Protection Electrification, Phase 1
Project No. WT 7074
D. Excavations
1. Protect workers from hazard of caving ground and other hazards.
2. Install excavation protection system in locations where:
a. Protection system is specifically indicated on the Drawings.
b. Excavations are equal to, or greater than, 5 feet deep.
c. Excavations are less than 5 feet deep, but there is a potential for
cave-in.
d. When engineering analyses prepared by the Contractor indicate the
stability of existing structures and facilities may be jeopardized by
settlement or movement of soil.

1.07 GENERAL DESIGN REQUIREMENTS


A. Design excavation support systems to meet requirements and standards of the
Occupational Safety and Health Administration (OSHA).
B. Design excavation support systems to meet the requirements of California Code of
Regulations, Title 8 Construction Safety Orders and California Labor Code
C. Design structural steel members in accordance with the American Institute of Steel
Construction (AISC) Manual of Steel Construction Allowable Stress Design and
the Uniform Building Code.
D. Excavation support systems for trench excavations shall be selected by the
Contractor based on the soil conditions, depths of trench excavations, groundwater
conditions and other site conditions. No attempt has been made by Engineer to
define acceptable trench shoring options.
E. Resistance to Overturning
1. Design soldier piles and sheet piles with sufficient depth below the
excavation to:
a. Resist lateral movement or overturning of the pile, and
b. Act as an effective water cutoff to prevent heaving or flow of soil
into the excavation.
WEST YOST GUIDE SPECIFICATION

2. Calculate the required depth of pile below the bottom of the excavation by
assuming the soil immediately below the bottom of excavation does not
provide passive resistance for a depth of 1.5 times the effective pile
diameter.

1.08 DESIGN REQUIREMENTS FOR SOLDIER PILES AND LAGGING


A. Design soldier piles for downward loads including vertical loads from tie back
anchors.
B. Flexural Strength of Lagging: In accordance with the Uniform Building Code, but
not greater than 1,500 psi.
C. Wales: Use back-to-back structural members.

West Yost December 2016 31 50 00 - 3 Finished Water Pump Station


174-14-16-02 Excavation Support and Protection Electrification, Phase 1
Project No. WT 7074
D. Soil Anchors, Rock Anchors and Deadmen Anchors:
1. Design tie back anchors with a safety factor of not less than 2 times the
calculated load from the shoring.
2. When calculating the length of soil anchors needed to resist the load from
the shoring, do not include any anchor length within the potential active
pressure soil failure zone behind the face of the shoring.
3. Design anchor tie rods for 130 percent of the calculated load from the
shoring.
4. When tie rod couplings are used, design anchor tie rods for 150 percent of
the calculated load from the shoring.

1.09 GEOTECHNICAL REPORT


A. A geotechnical report has been prepared for this Project and is available for
information only. The geotechnical report is not part of the Contract Documents.
The opinions expressed in this report are those of geotechnical engineer and
represent interpretations of subsoil conditions, tests, and results of analyses
conducted by geotechnical engineer. Owner will not be responsible for
interpretations or conclusions drawn from this data.
1. Make additional test borings and conduct other exploratory operations
necessary for design of the excavation support systems.

1.10 JOB SITE POSTINGS


A. Maintain at least one copy of the protection system design at the job site while the
excavation is open in accordance with the requirements of California Code of
Regulations, Title 8 Construction Safety Orders and the California Labor Code.

1.11 SEQUENCE AND SCHEDULING


A. Do not begin excavations or installation of excavation supports until submittals for
excavation support systems have been accepted by the Engineer and until materials
necessary for installation are on site.
B. Allow a minimum of 10 calendar days for Engineers review of submittals for

WEST YOST GUIDE SPECIFICATION


excavation support systems.
C. Do not begin excavations or installation of excavation supports until initial survey
measurements on control points on existing structures and other improvements are
obtained to document initial elevations and locations.

PART 2 - PRODUCTS

2.01 MATERIALS
A. General: Provide materials that are either new or in serviceable condition.
B. Structural Steel Soldier Beams: ASTM A36, ASTM A690 or ASTM A992.

West Yost December 2016 31 50 00 - 4 Finished Water Pump Station


174-14-16-02 Excavation Support and Protection Electrification, Phase 1
Project No. WT 7074
C. Steel Sheet Piling: ASTM A328, ASTM A572 or ASTM A690; with continuous
interlocks.
D. Wood Lagging: Lumber, mixed hardwood, nominal rough thickness as determined
by design calculations, but not less than 3 inches.
E. Lean Concrete Mix:
1. Controlled Low Strength Material in accordance with Section 31 23 23.33.
2. A mixture of sand, fine aggregate, water and 2 sacks of cement per cubic
yard to create a flowable mixture that fills voids.
3. Minimum Compressive Strength: 1500 psi.

PART 3 - EXECUTION

3.01 PREPARATION
A. Prior to beginning installation of the excavation support system, pothole to locate
existing buried utilities in the vicinity of the excavation. Survey utilities and
compare actual locations to those locations indicated on the Drawings and the Shop
Drawings. Determine any areas of conflict and revise the design and layout of the
excavation support system to eliminate these conflicts.

3.02 SLOPING AND BENCHING OF EXCAVATED FACES


A. Where structural excavation support systems are not specifically indicated on the
Drawings, sloping and benching systems for exposed faces of excavations may be
utilized.
B. Construct sloping and benching systems in accordance with Section 31 00 00.

3.03 TRENCHING SUPPORT SYSTEMS


A. Where structural excavation support systems are not specifically indicated on the
Drawings, trench support systems consisting of hydraulic jacks and plates, trench
shield systems, and other trench protection systems may be utilized.
WEST YOST GUIDE SPECIFICATION

3.04 SOLDIER BEAMS AND LAGGING


A. Before starting excavation, drive steel soldier beams or install steel soldier beams
in pre-drilled holes.
B. Space soldier beams at regular intervals not to exceed allowable flexural strength
of the wood lagging. Align exposed faces of flanges to vary not more than 2 inches
from a horizontal line and not more than 1:120 out of vertical alignment.
C. Install wood lagging within flanges of soldier beams as excavation proceeds. Trim
excavation as required to install lagging.
D. Install horizontal wales at locations indicated on the shop drawings and secure to
soldier beams.

West Yost December 2016 31 50 00 - 5 Finished Water Pump Station


174-14-16-02 Excavation Support and Protection Electrification, Phase 1
Project No. WT 7074
E. Fill voids behind lagging with gravel, lean concrete or other material acceptable to
the Engineer.

3.05 SHEET PILING


A. Before starting excavation, install one-piece sheet piling lengths and tightly
interlock to form a continuous barrier. Align exposed faces of sheet piling to vary
not more than 2 inches from a horizontal line and not more than 1:120 out of vertical
alignment. Cut tops of sheet piling to uniform elevation at top of excavation.

3.06 BRACING
A. Locate bracing to clear temporary and permanent work and to allow lowering of
material and equipment into the excavation.
B. If necessary to move brace, install new bracing before removing original brace.
C. Install internal bracing when calculations indicate bracing is required to prevent
spreading or distortion of braced frames.
D. Maintain bracing until structural elements are supported by other bracing or until
permanent construction is able to withstand lateral earth and hydrostatic pressures.

3.07 REMOVAL
A. Remove excavation support and protection systems when backfill can support the
remaining open excavation and bear soil and hydrostatic pressures. Remove
support and protection systems in stages to avoid disturbing underlying soils or
damaging structures, pavements, facilities, and utilities.
B. After removal, promptly fill voids resulting from the extraction of shoring with
sand-cement grout conforming to the requirements of Section 03 60 00. Repair or
replace adjacent work damaged or displaced by excavation support and protection
systems removal.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
Excavation Support and Protection shall not be measured.

WEST YOST GUIDE SPECIFICATION


A.

4.02 PAYMENT
A. Payment for Excavation Support and Protection shall be made at the lump sum
price named in the Bid Schedule under Item No. 3 Sheeting, Shoring, and Bracing.
The contract lump sum price shall include full compensation for all work related to
excavation protection including preparation and submittal of excavation support shop
drawings, calculations, and plans, furnishing and installation of excavation support
materials, performing stability measurements, as well as all labor, tools, equipment
and incidentals necessary for performing all work involved, complete in place, as
described in these contract documents, and as directed by the Engineer.

END OF SECTION
West Yost December 2016 31 50 00 - 6 Finished Water Pump Station
174-14-16-02 Excavation Support and Protection Electrification, Phase 1
Project No. WT 7074
SECTION 40 05 51

GENERAL REQUIREMENTS FOR VALVES

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Requirements for valves.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section:
1. Section 01 33 00 Submittals
2. Section 01 75 17 Equipment and System Testing
3. Section 40 05 57.23 Electric Motor Valve Actuators

1.03 REFERENCED SPECIFICATIONS


A. Conform to the requirements of the City Standard Specifications, as modified
herein.

1.04 SUBMITTALS
A. Comply with Section 01 33 00.

1.05 DEFINITIONS
A. Responsible Manufacturer: Manufacturer or manufacturers representative who
will ensure satisfactory performance of equipment.
B. Valve: Device for mechanically regulating pipeline or open-channel flow.
C. Actuator: Devices added to obtain mechanical advantage or power assist in
operation.
WEST YOST GUIDE SPECIFICATION

1.06 RESPONSIBLE MANUFACTURER


A. Furnish, adjust, test, and ensure satisfactory performance of each valve.
B. Provide any field adjustments, settings, and tests required for satisfactory
performance of each valve at no additional cost to Owner.
C. Contractor shall coordinate with Responsible Manufacturer for installation and
testing of valves.

1.07 QUALITY ASSURANCE


A. Unless specified otherwise, factory test each valve body with a test pressure equal
to twice the listed working pressure rating.

West Yost December 2016 40 05 51 - 1 Finished Water Pump Station


174-14-16-02 General Requirements for Valves Electrification, Phase 1
Project No. WT 7074
B. Submit a certified copy of the pressure test reports for all valves over 12 inches in
nominal size prior to shipping valves to the Site. Format these test reports per the
requirements of the applicable reference standards.
C. Storage and Preparation for Installation
1. Package and store valves to prevent exposure to sunlight, chemical
exposure, and atmospheric pollution.
2. Inspect each valve prior to installation for damage. Repair any damage to
seats, machined surfaces, or protective coatings before installation. Clean
each valve to remove any dirt and debris from the interior surfaces and seat
areas. Install valves in the closed position.
3. Some valves must be installed with seats or seat adjustment rings on the
downstream side of the valve. Determine these requirements prior to
installation and install the valve in the correct orientation.

PART 2 - PRODUCTS

2.01 GENERAL
A. Provide buried valves with stem extensions, valve boxes and covers.
B. Provide position indicators
1. Position indicators are required on the gearbox enclosure for all exposed
actuators (when actuator is above ground or in a vault).
2. Buried actuators shall not have position indicator or gearbox, but shall have
position indicator in valve box near the ground surface.

2.02 PROTECTIVE COATINGS


A. Coat exterior surfaces of valves and actuators, with epoxy per AWWA C550, unless
otherwise specified.
1. Exterior Surfaces:
a. Above ground:
1) Minimum dry film thickness: 8 mil

WEST YOST GUIDE SPECIFICATION


b. Buried, submerged or in blow ground vaults:
1) Minimum dry film thickness: 12 mil
B. Coat exterior bronze and stainless steel surfaces using the same system as the
associated piping.
C. Provide holiday-free protective coatings.

West Yost December 2016 40 05 51 - 2 Finished Water Pump Station


174-14-16-02 General Requirements for Valves Electrification, Phase 1
Project No. WT 7074
PART 3 - EXECUTION

3.01 VALVE INSTALLATION


A. Install valves per the manufacturers written instructions and as indicated on the
Drawings and specified.
B. Fit, support and brace gates to prevent warping, binding, and bending under all
operating conditions. Accurately position and support embedded parts cast into
concrete during concrete placement.
C. Assembly of Valves and Piping
1. Install valves with piping prior to the assembled piping or attached supports
being cast into concrete or attached to supports.
2. Sequence construction and operations so that the adjacent piping supports
the valves, and so that the valves do not support the piping. Where
permanent supports are located at valves, install the supports after the piping
and valves have been installed as a completed assembly on temporary
supports.
3. Install piping and valve assemblies so that the piping does not exert forces
on the valves from settlement or assembly operations.
4. Correct piping alignment deviations before the valve is joined to the piping.
5. Unless shown otherwise, install butterfly, plug, and ball valves with the
shafts in the horizontal position.
6. Install gates, gate valves, and other types of valves with the stems in the
vertical position.
7. For manually operated valves 3 inches in nominal size and smaller, orient
the valve operators and indicators to be visible to the operator.
D. All actuators shall be installed with good access to pushbutton controls and the
declutch lever and the manual override handwheel. Installation shall include
adequate clearances with walls or other obstacles to remove enclosure covers, and
motor, and to maintain safe electrical device work clearances.
WEST YOST GUIDE SPECIFICATION

E. Install butterfly valves in accordance with the manufacturers published


recommendations. Before installation, clean the seat and sealing edge of the disc.
Do not scratch or damage the flange gasket sealing surfaces, the valve seat or the
sealing edge of the disc. Mount butterfly valves with the shaft in the horizontal
position. Install butterfly valves so that the flat side of the closed disc is on the
higher pressure side.
F. Install V-port valves with the seat downstream away from flow. Install each valve
with the plug in the horizontal position.
G. Install floor boxes, valve boxes, extension stems, and floor stands vertically
centered over the operating nut, with couplings as required. Adjust the elevation of
the box top to conform with the elevation of the finished floor, grade, or pavement

West Yost December 2016 40 05 51 - 3 Finished Water Pump Station


174-14-16-02 General Requirements for Valves Electrification, Phase 1
Project No. WT 7074
at the completion of the Work. Support boxes and stem guides during concrete
placement to maintain vertical alignment and proper orientation.

3.02 TESTING
A. Valves shall be tested in accordance with Section 01 75 17.
B. Pressure test valves as part of the pipeline testing. Demonstrate valve operation
(open/close) after the valve is installed including valve box and riser, as
appropriate.
C. Owner may conduct holiday test for valves following installation.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. General Requirements for Valves shall not be measured.

4.02 PAYMENT
A. Payment for General Requirements for Valves shall be included in the various
items of work, and no additional compensation will be made therefor.

END OF SECTION

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 40 05 51 - 4 Finished Water Pump Station


174-14-16-02 General Requirements for Valves Electrification, Phase 1
Project No. WT 7074
SECTION 40 05 57.23

ELECTRIC MOTOR VALVE ACTUATORS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Furnish and install Electric Motor Actuators for the valves listed in Table A.

1.02 REFERENCED SECTIONS


A. The following Sections are reference in this Section
1. Section 01 33 00 Submittals
2. Section 01 61 00 Materials and Equipment
3. Section 01 75 17 Equipment and System Testing
4. Section 01 78 23 Operation and Maintenance Information
5. Section 40 05 64 Butterfly Valves
6. Section 40 05 65 V-Port Ball Valves

1.03 SUBMITTALS
A. Comply with Section 01 33 00 and include the information as noted below.
B. All electric motor valve actuators furnished shall be by the same manufacturer.
C. Submittals in this section shall be submitted as a complete system with their respective
valve submittals.
D. Electrical power and control wiring diagrams for electric motor operators marked to
show specific changes necessary for the supplied equipment. If no changes are
required, the drawing shall be marked No Changes Required.
E. Manufacturers catalog information and other data confirming conformance to design
and material requirements.
F. Shop drawings for actuators shall be submitted as part of the submittals for the
associated valves.
G. Submit design calculations showing the required valve operation torques and the design
torque provided by each actuator.
H. Functional Test Procedures: Coordinate and submit valve and actuator test procedures
in a single submittal.
I. In addition to the requirements in Section 01 78 23, O&M manuals shall include
certified copies of all tests made under AWWA Standard C542.
J. Submit prior to field testing: Manufacturers Certificate of Proper Installation. Copy to
be inserted in the final O&M Manuals.

West Yost December 2016 40 05 57.23 - 1 Finished Water Pump Station


174-14-16-02 Electric Motor Valve Actuators Electrification, Phase 1
Project No. WT 7074
K. Submit after field testing: Field Test Results. Copy to be inserted in the final O&M
Manuals.
L. Provide the City with an affidavit of compliance from the manufacturer or the
manufacturer's authorized representative that the motor operators furnished comply
with the applicable provisions of AWWA Standard C542 and this specification.

1.04 UNIT RESPONSIBILITY


A. Responsibility of the actuator manufacturer extends to the proper selection and
furnishing of the valve and actuator combination.

1.05 REFERENCES:
A. ANSI/AWWA C542-09 AWWA Standard for Electric Motor Actuators for Valves
and Slide Gates.
B. NEMA MG-1 National Electric Manufacturers Association Standard for Motors and
Generators

1.06 OPERATING CONDITIONS


A. The actuator shall be capable of functioning in an ambient temperature ranging from
minus -22F (-30C) to + 149F (+65C). Humidity ranges are 60 percent to 97
percent. Water temperature will be between 40 deg F and 78 deg F.

PART 2 - PRODUCTS

2.01 ELECTRIC MOTOR ACTUATORS FOR VALVES


A. General Requirements:
1. Provide materials and equipment in accordance with Section 01 61 00.
2. Electric motor actuators shall comply with AWWA Standard C542 except
as modified in this specification. In cases where the requirements of this
specification conflict with the AWWA requirements, the requirements of
this specification shall govern.
3. All electric valve actuators shall include an intermediate reduction gear
(worm gear, helical or spur gear type or combinations thereof) in a separate
gear box located between the valve and the electric actuator.
4. All motor starters shall be solid state reversing type.
5. Torque: The rated torque capability of each actuator assembly shall be at
least 150 percent of the valve's required torque. For modulating service
valves, the rated torque capacity of the actuator assembly at the number of
starts per hour shown in Table A shall be at least 150 percent of the valve's
required torque. The valve's required torque shall be provided by the valve's
manufacturer and is defined as the torque required to seat, unseat and rigidly
hold, in any intermediate position, the valve under the differential pressure
and pipeline velocity shown in Table A.

West Yost December 2016 40 05 57.23 - 2 Finished Water Pump Station


174-14-16-02 Electric Motor Valve Actuators Electrification, Phase 1
Project No. WT 7074
6. If adjustable mechanical stop-limiting devices are used, they shall be
accurately set and locked by the valve manufacturer.
7. Motor actuators shall be able to operate the valve from fully open to fully
closed position, or the reverse, within the range of allowable stroke times
shown in Table A.
B. Valves:
1. Actuator shall be furnished with valve as one complete unit tested and ready
for installation. Butterfly valves shall conform to Section 40 05 64. Ball
valve shall conform to Section 40 05 65.
C. Motors:
1. The actuator motors shall meet the requirements of AWWA C542, Electric-
Motor Actuators. General Design and shall be totally enclosed, ball-bearing,
squirrel-cage, 3-phase, induction motors, Class "F" insulated or higher, for
operation at the voltage specified in Table A. Motors shall be provided with
solid state thermistors to prevent damage due to temperature overloads.
2. Starts per Hour: Motors and controls shall be suitable for 1,000 starts per
hour when actuators are shown as modulating in Table A. Other motors and
controls shall be suitable for 60 starts per hour minimum unless otherwise
noted.
D. Position Sensing and Indication:
1. Position sensing circuits shall be solid state with no electro-mechanical
contacts.
2. Actuators shall have a local position indicator digital readout in percent
open units.
3. Remote position indication shall be provided via a 4-20 mA output signal.
E. Torque Sensing:
1. The actuator shall include adjustable torque sensing to limit actuator output
torque in both the opening and closing directions.
2. The torque sensing feature shall be factory set to be 110 percent of the
maximum torque required by the valve or as otherwise determined to be
appropriate by the manufacturer and approved by the Engineer.
F. Contacts for City Use:
1. Eight contacts for City use shall be wired to the terminal block that can be
configured to perform any of the following functions:
a. Normally open contact to close when valve is 100 percent closed
(valve closed status).
b. Normally open contact to close when valve is 100 percent open
(valve open status).

West Yost December 2016 40 05 57.23 - 3 Finished Water Pump Station


174-14-16-02 Electric Motor Valve Actuators Electrification, Phase 1
Project No. WT 7074
c. Normally open contact to close at a field adjustable point when valve
is from 2 percent to 100 percent open. This switch to be factory set
to close when valve is 3 percent open (this switch shall actuate
controls to turn off main pumps).
d. Normally open contact to close when the actuator's selector switch
is in the "remote" position.
G. Electric Controls:
1. All control components shall be enclosed in a sealed compartment separated
from the external connection terminal compartment.
2. Actuator calibration shall be "non-intrusive" such that no electrical
compartments need to be opened to set position limits or torque limits.
3. Limit sensing, three-phase reversing starter, and other required controls
shall be mounted in a NEMA 4X weatherproof enclosure which shall also
contain a space heater powered from the actuator. Enclosure shall be
supplied complete with 120 VAC control transformer unless the power
supply is 120 VAC.
4. Reversing starter shall be electrically and mechanically interlocked. In
addition each starter shall be provided with one normally open auxiliary run
status contact wired to terminal strip for City use.
5. The reversing starters for modulating service valves shall be of a solid state
design.
6. Unless stated otherwise, a 4-20 mA input signal shall be used for position
control of modulating service valves, as noted in Table A of this Section.
7. Local controls shall include one selector switch marked
"remote-stop-local", controls for OPEN and CLOSE operation and
indicator lights for OPEN and CLOSE positions. Controls shall be
heavy-duty oil-tight, and contacts shall meet NEMA A300 or A600
standards.
8. All devices and controls in the limit switch compartment shall be factory
wired. All connections to external or field devices must be wired to the
terminal block in the terminal compartment.
9. The actuator shall be equipped with a phase correction circuit that detects
and corrects motor rotation faults.
H. Handwheels:
1. Surfaces shall be smooth with no rough edges to cut or abrade the person
operating the valve.
2. The handwheel diameter shall be between 12" and 24".
3. The maximum rim pull shall not exceed 40 lbs under any operating
condition including breakaway.
4. The handwheel shall not turn when power is applied to the motor.

West Yost December 2016 40 05 57.23 - 4 Finished Water Pump Station


174-14-16-02 Electric Motor Valve Actuators Electrification, Phase 1
Project No. WT 7074
I. Acceptable Manufacturers:
1. Limitorque MX-10
2. Or equal as approved by the Engineer.

TABLE A
ELECTRIC MOTOR ACTUATORS FOR NEW VALVES
Required
Modulating Power Supply Handwheel
Valve Size & Type Starts per
Tag # Service Voltage Rotation to
(inch) Hour,
(Yes/No) (VAC) Open(1)
minimum
A 24 Butterfly No 460 - CCW
B 24 Butterfly No 460 - CCW
F 12 V-Port Ball Yes 460 100 CCW
(1) CW = Clockwise, CCW = Counterclockwise

PART 3 - EXECUTION

3.01 SHIPPING AND HANDLING


A. Electric motor actuators shall be stored per the manufacturer's instructions.
B. Electric motor actuators shall be stored inside a heated building or structure and shall
have dust tight plastic coverings.

3.02 INSTALLATION
A. Install per manufacturer's instructions and as shown on drawings.
B. All actuators shall be installed with good access to pushbutton controls and the declutch
lever and the manual override handwheel. Installation shall include adequate clearances
with walls or other obstacles to remove enclosure covers, and motor, and to maintain
safe electrical device work clearances.
C. All valve and actuator assemblies shall be shop or factory assembled. All mechanical
end travel (stops), torque and limit settings shall be shop or factory adjusted and tested.
Assembled units shall be fully stroked (open-closed-open or closed-open-closed) in the
shop or factory at least three times.

3.03 INSPECTIONS
A. All electric motor operators will be inspected upon delivery for compliance with these
specifications. Any actuator found not to comply will not be accepted until deficiencies
are corrected. At the discretion of the City, the City will have a representative at the
shop to witness the testing of the actuators. Failure by the Engineer to inspect or witness
tests at the shop or factory shall not be construed as waiving inspection upon delivery.
B. Repair all coating defects in accordance with the coating manufacturer's instructions.
Stainless steel, brass or bronze items shall not be coated.

West Yost December 2016 40 05 57.23 - 5 Finished Water Pump Station


174-14-16-02 Electric Motor Valve Actuators Electrification, Phase 1
Project No. WT 7074
3.04 TESTING
A. Test valve and actuator and appurtenances together as a system at the factory.
B. Test valve and actuators in accordance with Section 01 75 17 and the attached Field
Functional Test Data Form.
C. Demonstrate smooth and quiet operation of all valves and actuators.

3.05 SERVICES OF MANUFACTURER


A. Inspection and Field Adjustment
1. An authorized service representative of the manufacture of the control valve
shall be present at the site for a minimum of three half-days to witness and
assist in the following and to certify in writing that the valve and
appurtenances have been properly installed, aligned, adjusted, and readied
for operation:
a. Installation
b. Inspection, checking, and adjusting of the valves
c. Performing field adjustments to ensure that the valve installation
and operation comply with the specified requirements.
B. Start-up Services
1. The control valve manufacturer shall provide the required start-up service
to check installation, and operation of the valve. The Contractor shall be
capable of providing the required flow to the valve prior to start-up services.
A total of 3 half-day trips, one-half day each trip, shall be included for start-
up services. Service shall be provided by the control valve manufacturer and
shall not be a third party sub-contractor.
C. Instruction of the Owners staff
1. An authorized training representative of the manufacturer shall be present at
the site for a minimum of one day to instruct the Owners staff in the operation
and maintenance of the valves, including step-by-step troubleshooting.
2. The representative shall have at least two years experience in training.
Training shall be scheduled a minimum of three weeks in advance.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Electric Motor Valve Actuators shall not be measured.

4.02 PAYMENT
A. Payment for Electric Motor Valve Actuators shall be included in the various items
of work, and no additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 40 05 57.23 - 6 Finished Water Pump Station


174-14-16-02 Electric Motor Valve Actuators Electrification, Phase 1
Project No. WT 7074
FIELD FUNCTIONAL TEST DATA FORM

Project Title: Vallejo Finished Water Pump Station Test Date(s):

Equipment Name: Electric Motor Valve Actuators Section No.: 40 05 57.23


Tag No.: P&ID No.

I. Pretest Documentation/Setup
Documents:

This test shall be conducted in conjunction with the valve functional test. Append these results to the valve test data sheet.
Field Test Setup (Identify any test instrument, special setups like tanks, hoses, etc): amp meter, volt meter

II. Field Functional Test


1. Calibration/Loop/Electrical Yes No NA Comments:
1.1 Instrument commissioning complete

1.2 Loop Checks complete

1.3 Electrical commissioning complete


2. Installation Check Pass Fail NA Comments:
2.1 Correct equipment tags have been installed (tags shall
match P&IDs)
2.2 All fields on Asset List Spreadsheet completed for device
(Contractor shall show inspector at the time of the test that
the asset list is complete and accurate for this system)
2.3 Verify O&M manual installation instructions have been
completed.
2.4 Verify that the motor and actuator frame is electrically
grounded.
2.5 Verify all position switches are properly adjusted and
functional (see P&IDs for switch settings).

West Yost December 2016 40 05 57.23 - 7 Finished Water Pump Station


174-14-16-02 Electric Motor Valve Actuators Electrification, Phase 1
Project No. WT 7074
FIELD FUNCTIONAL TEST DATA FORM

Project Title: Vallejo Finished Water Pump Station Test Date(s):

Equipment Name: Electric Motor Valve Actuators Section No.: 40 05 57.23


Tag No.: P&ID No.

3. Operations Check Pass Fail NA Comments:

3.1 Electrical Imbalance Test: Measure and record input voltage


motor amperes on each phase at the terminals of the motor.
Verify that there is no significant phase imbalance, and that
adequate voltage levels are applied to the motor.

3.1 Actuator Stroke Time: Open and close each valve fully and
measure and record stroke time in both directions.

3.2 Valve Closure Test: Close the valve with the actuator and
verify that the valve is leak tight (this test should be done
with the valve Leakage Test). Adjust the actuator and
repeat the test as necessary so that the valve closes fully
meeting the leakage requirements.
4. Controls Check Pass Fail NA Comments:
4.1 Local Check: Place the actuator in "LOCAL" control mode,
manually opening and closing the valve at the actuator, and
verifying that the local valve position indicator and remote
position indication 4-20 mA output signal (if applicable) read
the proper values.
4.2 Open/Close Service Valves: Simulate an open or close
remote contact input signal and verify that the valve opens
and closes.
4.3 Modulating Service Valves: Simulate a 4-20 mA remote
position input signal and use the following values: 0, 25, 50,
75, and 100 percent open. Verify that the valve opens or
closes to the correct position without overshooting the target
position. Also, verify that the local valve position indicator
and remote position indication 4-20 mA output signal read
the proper values at each position.

4.4 Status Checks: Verify motor run status operates properly.

5. Alarms Check Pass Fail NA Comments:


none

West Yost December 2016 40 05 57.23 - 8 Finished Water Pump Station


174-14-16-02 Electric Motor Valve Actuators Electrification, Phase 1
Project No. WT 7074
FIELD FUNCTIONAL TEST DATA FORM

Project Title: Vallejo Finished Water Pump Station Test Date(s):

Equipment Name: Electric Motor Valve Actuators Section No.: 40 05 57.23


Tag No.: P&ID No.

6. Run Check Pass Fail NA Comments:


none
7. Other Tests and Checks Pass Fail NA Comments:
7.1 Field Calibration Tag: Attach to the valve actuator at the
conclusion of the functional test. Tag shall include valve tag
number, type of valve service (OPEN/CLOSE, or
MODULATING), actuator stroke time (recorded above), and
position switch settings (including switch tag numbers).

7.2 Cover and seal the actuator to protect it from dust and water
prior to operation (covers shall be removed prior to startup test).

III. Participants/Witness
Test conducted:
By (signature): Date:

Title: Company Name:

By (signature): Date:

Title: Company Name:

Engineer Witness:
By (signature): Date:

Title:

West Yost December 2016 40 05 57.23 - 9 Finished Water Pump Station


174-14-16-02 Electric Motor Valve Actuators Electrification, Phase 1
Project No. WT 7074
West Yost December 2016 40 05 57.23 - 10 Finished Water Pump Station
174-14-16-02 Electric Motor Valve Actuators Electrification, Phase 1
Project No. WT 7074
SECTION 40 05 64

BUTTERFLY VALVES

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Metal body butterfly valves for air, gas and water service.
B. Valve actuators specified include manually-operated and motor-operated actuators
as scheduled.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section:
1. Section 01 33 00 Submittals
2. Section 01 61 00 Materials and Equipment
3. Section 01 75 17 Equipment and System Testing
4. Section 01 78 23 Operation and Maintenance Information
5. Section 40 05 51 General Requirements for Valves
6. Section 40 05 57.23 Electric Motor Valve Actuators

1.03 GENERAL PERFORMANCE AND DESIGN REQUIREMENTS


A. Provide materials and equipment in accordance with Section 01 61 00.
B. Design: Based on a maximum water velocity through the valve of 16 feet per
second with valve fully open.
C. Valve Body:
1. Flange ends. Wafer style butterfly valves are not acceptable.
D. Buried Installations: Provided butterfly valves with flanged valve bodies.
WEST YOST GUIDE SPECIFICATION

E. Flange Drilling: In accordance with ANSI B16.1, Class 125.


F. Sizing Motor Operator Actuators: Base on maximum operating torque calculated
in accordance with AWWA C542, using the following factors:
1. Maximum flow velocity through valve of 16 feet per second.
2. Coefficient of seating and unseating torque and bearing friction.
3. Maximum pressure differential across the valve equal to the pressure class
designation.

1.04 SUBMITTALS
A. Comply with Section 01 33 00 and provide the following:

West Yost December 2016 40 05 64 - 1 Finished Water Pump Station


174-14-16-02 Butterfly Valves Electrification, Phase 1
Project No. WT 7074
1. Product Data: Manufacturers standard catalog information and data on
valve and valve actuator.
2. Valve Operating Characteristics: Manufacturers recommended seating and
unseating torque coefficient, dynamic torque and bearing friction for
calculation of maximum operating torque.
3. Installation Drawings: Illustrate orientation of valve actuator.
4. Certificates: Affidavits of compliance with AWWA C504 for Type A
valves.
5. Operation and Maintenance Data: Applicable operating and maintenance
information specified in Section 01 78 23.

PART 2 - PRODUCTS

2.01 BUTTERFLY VALVES


A. Materials
1. Size 3 through 20 inches:
a. Shaft: Stainless steel, ASTM A276, Type 304; or carbon steel,
ASTM A108, with stainless steel journals.
b. Disc: Ductile iron, ASTM A536; or cast iron, ASTM A48, Class 40;
or cast iron, ASTM A126, Class B; or stainless steel, ASTM A276,
Type 316.
c. Disc Edge: Stainless steel, ASTM A276, Type 316; or Ni-chrome.
d. Seat Sealing Surface: Neoprene or Buna N.
e. Body: Cast iron, ASTM A126, Class B; or cast iron, ASTM A48,
Class 40
2. Size 24 through 72 inches:
a. Shaft: Stainless steel, ASTM A276, Type 304.
b. Disc: Ductile iron, ASTM A536; or cast iron, ASTM A48, Class 40;
or cast iron, ASTM A126, Class B; or stainless steel, ASTM A276,
Type 316.

WEST YOST GUIDE SPECIFICATION


c. Disc Seat: Stainless steel, ASTM A276, Type 316, mounted in body
or on disc edge.
d. Seat Sealing Surface: Neoprene or Buna N.
e. Body: Cast iron, ASTM A126, Class B; or cast iron, ASTM A48,
Class 40.
B. Design
1. AWWA Class: Provide valves conforming to AWWA C504 Class 150B.
2. Disc: Lens-shaped with a flat surface and curved surface.
3. Shafts and Bearings:

West Yost December 2016 40 05 64 - 2 Finished Water Pump Station


174-14-16-02 Butterfly Valves Electrification, Phase 1
Project No. WT 7074
a. Turned, ground and polished.
b. Select shaft diameter for the minimum pressure 150 psi and for
Class B as specified in AWWA C504.
c. When carbon steel shafts and stainless steel journals are used,
provide static seals to isolate the interior of the disc and the shaft
from the process fluid.
4. Resilient Seats:
a. Valve sizes 3 inches to 24 inches: Vulcanized, bonded,
mechanically secured, or clamped to the valve body. Cartridge type
seats that rely on a high coefficient of friction for retention within
the valve body are not acceptable.
b. Valve sizes 30 inches to 72 inches: Field adjustable and field
replaceable.
C. Manufacturers: One of the following or equal:
1. DeZurik.
2. Milliken Valve Company.
3. Or equal.

2.02 MANUAL ACTUATORS


A. General
1. Designed in accordance with AWWA C504.
2. Provide disc position indicator designating the opened and closed position
of the valve.
3. Maximum allowable operating torque: Less than 80 foot-pounds.
4. Unless specified otherwise, provide each manual actuator with a hand
wheel.
a. Direction of Rotation: Counterclockwise for opening.
B. Manual Actuators
WEST YOST GUIDE SPECIFICATION

1. Exposed Service Valves:


a. Traveling nut, rack and pinion, or worm gear type actuator with
handwheel.
b. Provide adjustable, mechanical stop-limiting devices to prevent
over-travel of the disc in the open and closed positions.
c. Self-locking and designed to hold the valve in any intermediate
position between full open and full closed.
d. Design valve actuator components to withstand an overload input
torque of 300 foot-pounds at full open or full closed valve positions
without damage.
e. Gasketed enclosures for weatherproof service.

West Yost December 2016 40 05 64 - 3 Finished Water Pump Station


174-14-16-02 Butterfly Valves Electrification, Phase 1
Project No. WT 7074
2. Buried Service Valves:
a. Provide an AWWA operating nut.
b. Gasketed enclosure, grease-packed for submerged operation at
water pressures to 10 psig.

2.03 MOTORIZED ACTUATORS


A. When scheduled or when shown on the Drawings, provide motorized actuators for
butterfly valves in accordance with Section 40 05 57.23.

PART 3 - EXECUTION

3.01 INSTALLATION
A. Install butterfly valves in accordance with the manufacturers published
recommendations.
B. Before installation, clean the seat and sealing edge of the disc.
C. Do not scratch or damage the flange gasket sealing surfaces, the valve seat or the
sealing edge of the disc.
D. Mount butterfly valves with the shaft in the horizontal position.
E. Install butterfly valves so that the flat side of the closed disc is on the higher
pressure side.

3.02 TESTING
A. Valve and all appurtenances shall be tested together as a system at the factory.
B. Valves shall be tested in accordance with Section 01 75 17.
C. Demonstrate smooth and quiet operation of all valves.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Butterfly Valves shall not be measured.

WEST YOST GUIDE SPECIFICATION


4.02 PAYMENT
A. Payment for Butterfly Valves shall be included in the various items of work, and
no additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 40 05 64 - 4 Finished Water Pump Station


174-14-16-02 Butterfly Valves Electrification, Phase 1
Project No. WT 7074
SECTION 40 05 65

V-PORT BALL VALVES

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. V-Port ball control valves.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section
1. Section 01 33 00 Submittals
2. Section 01 75 17 Equipment and System Testing
3. Section 01 78 23 Operation and Maintenance Information
4. Section 40 05 51 General Requirements for Valves
5. Section 40 05 57.23 Electric Motor Valve Actuators

1.03 QUALITY ASSURANCE


A. Proof of Design Tests
1. Furnish the Construction Manager three certified copies of a report from an
independent testing laboratory certifying successful completion of proof-
of-design testing conducted in accordance with AWWA C504, Section 5.2,
except that where the word disc appears in the standard, it is understood
to mean plug.
2. In lieu of testing the valves at an independent testing laboratory, proof-of-
design testing may be performed at the valve manufacturers laboratory, but
must be witnessed by a representative of a qualified independent testing
laboratory, and all test reports must be certified by the laboratory
representative.
3. Proof-of-design testing shall have been performed on not less than three
6-inch diameter valves, with all three test units demonstrating full
compliance with the test standards.
4. Failure to satisfactorily complete the test shall be deemed sufficient
evidence to reject all valves of the proposed make or manufacturers model
number.
B. Unit Responsibility
1. Assign unit responsibility for the combined equipment consisting of valve
and operator.

West Yost December 2016 40 05 65 - 1 Finished Water Pump Station


174-14-16-02 V-Port Ball Valves Electrification, Phase 1
Project No. WT 7074
1.04 SUBMITTALS
A. Comply with Section 01 33 00 and provide the following manufacturers product
data.
1. Valve flow characteristics data at full open and intermediate throttled
positions.
2. Proof-of-design test reports.
3. Applicable operating and maintenance information specified in Section 01 78 23.

PART 2 - PRODUCTS

2.01 ACCEPTABLE PRODUCTS


A. DeZurik, KTM, or equal modified to meet the requirements specified in this
section.
B. Provide materials and equipment in accordance with Section 40 05 51.

2.02 MATERIALS
A. Materials of construction:
Component Material
Body Carbon steel, ASTM A216, Grade WCB
Shaft 316 stainless steel, ASTM A276
Ball 316 stainless steel with hard chrome face, ASTM A351 Grade CF8M
Body seats Reinforced PFTE
Bearings 317 stainless steel with PTFE bonded fabric
Packing PFTE
Fasteners 316 or 18-8 stainless steel

2.03 MANUFACTURE
A. General
1. Straight-flow V-port plug type suitable for flow control applications and
drip-tight, bi-directional shutoff at the specified valve design pressure.
2. Port areas for the valve shall be at least 80% of the adjacent full pipe area.
3. The shaft shall have splined end connections for accurate positioning of the
ball. Blow-out proof shaft protection shall be provided.
4. Upper and lower journal bearings shall be replaceable, sleeve-type,
corrosion resistant, and permanently lubricated. Packing shall be self-
adjusting chevron type replaceable without disassembling the valve.
5. Unless otherwise specified, valves shall have, as a minimum, a pressure
ratings of 150 psi.

West Yost December 2016 40 05 65 - 2 Finished Water Pump Station


174-14-16-02 V-Port Ball Valves Electrification, Phase 1
Project No. WT 7074
B. End Connections
1. Valves 3 inches and smaller shall have threaded ends. Valve flange drilling
for valves larger than 3 inches shall be per ANSI B16.1, Class 125.
2. Grooved-end valves may be provided with grooved-end piping systems.

2.04 AUTOMATIC OPERATORS


A. When scheduled or when shown on the Drawings, provide motorized actuators for
ball valves in accordance with Section 40 05 57.23.

PART 3 - EXECUTION

3.01 INSTALLATION
A. Unless otherwise specified, provide valves with the seat downstream away from
flow.
B. Install each valve with the plug in the horizontal position.

3.02 TESTING
A. Valves shall be tested in accordance with Section 01 75 17.
B. Demonstrate smooth and quiet operation of all valves.

3.03 MEASUREMENT
A. V-Port Ball Valves shall not be measured.

3.04 PAYMENT
A. Payment for V-Port Ball Valves shall be included in the various items of work,
and no additional compensation will be made therefor.

END OF SECTION

West Yost December 2016 40 05 65 - 3 Finished Water Pump Station


174-14-16-02 V-Port Ball Valves Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT BLANK INTENTIONALLY)

West Yost December 2016 40 05 65 - 4 Finished Water Pump Station


174-14-16-02 V-Port Ball Valves Electrification, Phase 1
Project No. WT 7074
SECTION 40 23 00

PIPING SYSTEMS

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Work necessary to furnish, install, and test all piping systems, including exposed
piping and buried piping, as shown on the Plans and as specified herein.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section
1. Section 01 33 00 Submittals
2. Section 09 96 00 Coatings Systems
3. Section 31 01 10.58 Disinfection of Potable Water Lines
4. Section 40 81 00 Testing Pressure Piping

1.03 SUBMITTALS
A. Submittals shall demonstrate full compliance with all aspects of this specification,
and include, but not be limited to, complete manufacturers data on all pipe
material, fittings, and coatings. Provide in accordance with Section 01 33 00 and
include the following information:
1. Shop Fabricated Piping
a. Detailed pipe fabrication drawings showing special fittings and
bends, dimensions, coatings, and other pertinent information.
b. Layout drawing showing location of each pipe section and each
special length; number or otherwise designate laying sequence on
each piece.
c. Pipe Wall Thickness:
1) Identify wall thickness and rational method or standard
applied to determine wall thickness for each size of each
different service including exposed, submerged, buried, and
concrete-encased installations for Contractor-designed
piping.
d. Hydraulic Thrust Restraint for Restrained Joints:
1) Details including materials, sizes, assembly ratings, and pipe
attachment methods.
e. Thrust Blocks:
1) Concrete quantity, bearing area on pipe, and fitting joint
locations.

West Yost December 2016 40 23 00 - 1 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
f. Dissimilar Buried Pipe Joints:
1) Joint types and assembly drawings.
2. Contractors below grade steel pipe submittal shall be completed and
submitted to the Engineer within 30 working days from Notice to Proceed.
3. Equipment and Piping Coordination and Installation Drawings
a. The Plans show only the general arrangements of the project
equipment, piping and appurtenances. Prepare and submit
coordination and installation drawings that show the specific
locations and dimensions of equipment, piping, valves,
appurtenances, and related items, based upon dimensions for the
actual concrete tank layout and equipment to be furnished from the
accepted shop drawings.
b. Drawing Requirements:
1) Prepare Drawings with AutoCAD software on a PC
compatible hardware platform using Microsoft Windows
operating system. Submit drawing files with each piping
system print on rewritable CDROM disks.
2) Print drawings at a minimum scale of 3/8 = 1, on a
minimum sheet size of 11 x 17. Piping shall be shown in
plan and section views, or alternatively, as isometric piping
spool drawings.
3) Piping of nominal size less than 8 may be single line with
scaled lay lengths and fittings. Piping of size 8 and greater
shall be double line with scaled flanges, lay lengths, and
fittings. Each pipe run shall be dimensioned.
4) All pipe supports, thrust restraints, and seismic bracing shall
be shown. All devices shown on the mechanical layout and
schematic drawings and the P&ID drawings shall be shown.
c. During preparation of the drawings, provide interface and
coordination between the tank shop drawings and all equipment
suppliers and subcontractors, and, including as a minimum, the
structural, architectural, mechanical, electrical, and instrumentation
and control elements of the work.
d. Submittals shall include load and sizing calculations for pipe
supports, thrust restraints, seismic bracing and related items which
have been prepared, stamped, and signed by a professional civil,
mechanical, or structural engineer licensed by the State of
California.
e. Submittal and review of the coordination and installation drawings
shall be completed at least 30 days prior to commencement of piping
fabrication for each system.

West Yost December 2016 40 23 00 - 2 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
1.04 DESIGN REQUIREMENTS
A. Buried Piping: H20-S16 traffic load with 1.5 impact factor, AASHTO Standard
Specifications for Highway Bridges, as applicable.
B. Thrust Restraints:
1. Design for 150 psi test pressure.
2. Allowable Soil Pressure: 2,500 pounds per square foot.

PART 2 - MATERIALS

2.01 GENERAL
A. Pipe sizes are nominal inside diameter unless otherwise noted. All sizes of pipe
shall be as called out on the Plans and specified herein. All pipe and fittings
delivered to the job site shall be clearly marked to identify the material, class,
thickness, and manufacturer. All material shall be new and free of blemishes.
B. Where only one type of pipe is called out, no substitutions shall be allowed.
C. Piping materials of like kind shall be the product of one manufacturer.
D. The Contractor is responsible for furnishing and installing all items necessary to
make a complete and workable piping system. This includes, but is not limited to,
valve boxes, insulating couplings and gaskets, piping specialties, and all other items
required by the nature of the installation. Any item not specified herein but required
by the installation shall be of first quality, equal in grade to similar materials specified
herein, and shall comply with all applicable reference standards listed herein.
E. Paint all exposed pipe in conformance with requirements of Section 09 96 00.

2.02 PIPE IDENTIFICATION SCHEDULE


A. Piping materials are identified by a Type designation in these specifications.
Specific piping materials, testing requirements and other pertinent information is
summarized for each pipe type.
B. Pipelines are designated on the Plans by a two-element code, the first representing
the nominal pipe diameter and the second an abbreviation indicating the piping
system.
C. The following schedules, except where indicated otherwise on the Plans, identify
pipe type to be used for each piping system. Where the pipe type is not specifically
identified on the Plans, materials shall be selected based on the pipe service as listed
in the following schedule unless otherwise noted all materials are as specified in
subsequent articles of this specification.
Abbr. Service Pipe Type
DD Access Door Drain Pipe Type C Schedule 80 Polyvinyl Chloride Pressure Pipe
D Drain Outside Pump Station: 10 and smaller: Pipe Type D-2 Polyvinyl
Chloride Pipe
PW Potable Water Larger than 3 inch: Type BSteel Pipe

West Yost December 2016 40 23 00 - 3 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
2.03 PIPE TYPE B STEEL PIPE
A. Pipe
1. Steel pipe shall be spiral or straight seam manufactured and furnished in
accordance with AWWA C200. All materials, fabrication and shop testing
of steel pipe and steel pipe fabrications shall conform to the requirements
of ANSI/AWWA C200. All dimensions shall conform to ANSI/AWWA
C208. The minimum thickness of plate for pipe from which fabrications are
made shall be 1/4-inch. Steel for AWWA C200 pipe shall conform to the
requirements of ASTM A36; ASTM A572, Grade 42; ASTM A570, Grades
33 and 36; or ASTM A283, Grade D.
B. Minimum wall thickness of steel pipe shall be as presented below.
1. Butt-Welded and Flanged Pipe:
a. 8 inch and smaller: Schedule 40 unless otherwise noted
b. 10 inch to 24 inch: 0.25 inch unless otherwise noted
c. 30 inch and larger: 0.30 inch unless otherwise noted
C. Fittings
1. All fittings shall be rated for 150 psi, as a minimum working pressure.
2. Steel pipe fittings shall conform to AWWA C208, elbows to have a 22.5
maximum miter section angle, minimum two sections. Wyes, tees, crosses,
and outlets to be reinforced in accordance with AWWA Manual M-11.
Provide weld-o-lets for taps.
D. Joints
1. Joints for steel pipe shall be flexible couplings, flanged, bell and spigot
welded joints, or welded butt straps as shown. Pipe with field welded joints
shall be installed in accordance with AWWA C206. Welding operators,
procedures, and details shall be qualified in accordance with AWWA C206.
2. Flanges where shown shall be slip-on or weld neck per AWWA C207, Class
D, 125 lb. Nuts and bolts shall be cadmium plated and of the sizes and
quantities recommended in AWWA C207. Gaskets for flanged joints shall
be sheet rubber gaskets in one piece conforming to AWWA C207 and
ANSI B16.21, 1/8-inch thick. The gasket shall be full-cut, with holes to pass
bolts. Gasket material shall be free from corrosive alkali or acid ingredients.
Segmented straight-joint or interlocking gaskets will not be accepted. Blind
flanges shall be gasketed with the entire face with the gasket cemented to
the blind flange. Gasket material shall be free from corrosive alkali or acid
ingredients and suitable for use in potable water lines.
3. Flexible couplings (pipe sleeves) and flanged coupling adapters shall be
furnished and installed by the Contractor. All couplings shall be suitable for
a minimum working pressure of 150 psi. Flexible couplings for steel pipe
shall be Smith-Blair Series 411, Romac Style 400, or equal. Flanged
coupling adapters shall be Smith-Blair Series 913, Romac RC400, or equal.

West Yost December 2016 40 23 00 - 4 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
Sleeves shall be ten inches minimum length and have a fusion bonded
coating suitable for potable water.
4. All welded pipe joints shall be field coated with cement mortar after
installation as described herein.
E. Butt-Strap Closure Joints:
1. Butt Straps: Steel, 12-inch length, 3/16-inch minimum thickness. Split-face
with 5-inch hand holes.
2. Butt-strap closure joints shall be completed in the trench after the pipe has
been laid to the alignment and grade shown on the Plans. They shall be field
welded by full-circumferential fillet welds or one of the edges may be shop
welded and the other field welded. Welding shall be done in the same
manner as specified for welded joints.
3. No offset of pipe alignment allowed.
4. The interior of the joints shall be filled with stiff plastic mortar and finished
off smoothly with the inside of the pipe. Weld shut hand holes after interior
work completed.
5. Wire mesh, 2-inch by 4-inch by No. 13 gauge, clean, and free from rust,
shall be applied to the exterior of the joints so that the wires on the 2-inch
spacing run circumferentially around the pipe. The wires on the 4-inch
spacing shall be crimped in such a manner that the mesh will be held
3/8-inch from the metal joint surface. The mesh shall be lapped a minimum
of 8-inches and shall be securely wired in position.
6. The joint exterior shall be coated with mortar to a minimum thickness of
1-12-inches. Immediately prior to applying mortar to the interior or exterior
of the joints, a cement wash shall be applied to the metal to be coated
F. Linings and Coatings
1. Encased steel pipe shall be shop primed outside, and cleaned and lined with
cement-mortar in conformity with ANSI/AWWA C205.
2. Buried steel pipe and fabrications shall be reinforced cement mortar coated
in accordance with AWWA C205. Internal surfaces of the buried steel pipe
and fabrications shall be cleaned and lined with cement-mortar in
conformity with ANSI/AWWA C205.
3. Exposed steel pipe and fabrications within the below grade vault shall be
shop primed outside. Internal surfaces of the steel pipe and fabrications shall
be cleaned and lined with cement-mortar in conformity with ANSI/AWWA
C205.
4. Prime coat all exposed metal surfaces (not mortar or fusion bonded epoxy
coated) in the shop prior to delivery to the site with a minimum 5 mils of
high build, anticorrosive epoxy metal primer measured as a dry film
thickness. Surface preparation and application shall be as recommended by
coating material manufacturer.

West Yost December 2016 40 23 00 - 5 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
G. Dielectric Isolation
1. All piping shall be dielectrically isolated from piping or other materials
constructed from dissimilar metals.
2. Flange dielectric insulation sets shall contain full faced gaskets, full length
sleeves, and double insulating washers or as specifically indicated on the
Plans. Insulation material for the flange insulation sets shall be phenolic
resin and flange faced gaskets shall be neoprene faced phenolic resin. All
insulating materials shall be of a type designated by the manufacturer as
suitable for use at the operating and test pressures specified for the type of
pipe on which the materials are to be installed.
3. Insulating flange gasket sets shall be installed at the specified locations. All
insulating components shall be cleaned of all dirt, grease, oil and other
foreign materials immediately prior to assembly. Bolt holes in mating
flanges shall be properly aligned at the time bolts and insulating sleeves are
inserted to prevent damage to the insulation. After flanged bolts have been
tightened, each insulating washer shall be inspected for cracks or other
damage. All damaged washers shall be replaced. After assembly, resistance
between each bolt and flange shall be measured with an approved
ohmmeter, and the minimum resistance shall be 50,000 ohms. All insulating
flanged joints shall be coated.
H. Standard Joint Protection (Buried Pipe)
1. Exterior: After steel pipe section has been laid, clean the exposed metal at
the exterior space at the joint. Wrap the joint with a strip of woven fabric
(diaper) and band around the pipe at each side of the joint. The fabric shall
be of such a weave as to allow the escape of air and excess water but prevent
escape of mortar. Pour the joint full of grout (1 part cement to 1 part fine
aggregate with sufficient water to form a consistency of thick cream)
through a space in the woven fabric slightly to one side of the top. Rod the
grout with a beaded wire or chain as it is poured into the joint. Immediately
after completing the exterior joint, place damp earth over and around the
joint to prevent rapid drying.
2. Interior: The inside joints of steel pipe 24 inches and larger shall be cleaned
and thoroughly wetted before being filled with stiff cement mortar and
finished off smooth by troweling or other equivalent method as approved.
The inside joints of pipe less than 24 inches shall be mortared as specified
in AWWA C205. Furnish sufficient swabs of the proper size and shape for
use by the installation Contractor to remove excess mortar from the joints
inside pipes with diameters less than 24 inches. These swabs shall be of
rubber and capable of being inflated to the proper size for their intended
use. The swabs shall be equipped with rings, straps, or similar devices which
will permit a rope or cable to be attached to pull the swab through the pipe
without deforming the swab to the point where the inside joint is not wiped
clean.

West Yost December 2016 40 23 00 - 6 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
I. Steel Wall Pipe
1. Fabricate of same material and thickness as connecting pipe, minimum
thickness of 1/4-inch. Lining same as connecting pipe. Provide weep ring
for all wall pipes to prevent water seepage with continuous fillet welded on
each side all around. All penetrations through reinforced concrete walls
shall be constructed to prevent metal to metal contact between the pipe and
reinforcing steel in the wall.
J. At Ground Level
1. Buried pipe material, coating, and lining shall extend to 6 inch above grade
and shall terminate with a flange connection equipped with an insulating
kit. Exposed piping shall be all pipes more than 6 above grade.

2.04 PIPE TYPE C POLYVINYL CHLORIDE PRESSURE PIPE AND FITTINGS


A. Pipe
1. PVC pipe shall be Schedule 40 or 80 as listed, Class 12454-B, rigid,
unplasticized pipe made from polyvinyl chloride in accordance with ASTM
D1784 and D1785. Joints shall be solvent weld, except that threaded or
flanged joints are to be used where required at specific locations.
B. Fittings
1. Fittings shall be Schedule 40 or 80 to match pipe, of the same material as
the pipe, conforming to ASTM D2466.
C. Bolts, Nuts, Washers, and Gaskets
1. Bolts and nuts for flanges shall be Type 304 stainless steel, ASTM A193,
Grade B8M hex head bolts and ASTM A194, Grade 8M, hex head nuts.
Washers shall be of the same material as the bolts.
D. Solvent Cement
1. Solvent weld connections shall be made in strict accordance with the pipe
manufacturers recommendations using a solvent cement and primer (if
recommended) meeting ASTM D2564. Solvent cement for Sodium
Hypochlorite piping shall be IPS 724 CPVC solvent cement or equal.
Primer shall be IPS P-70 primer or equal.

2.05 PIPE TYPE D GRAVITY DRAINAGE


A. Pipe Type D-1
1. Pipe 12 inches and larger shall be reinforced concrete pipe and conform to
the requirements of ASTM C76, Class III, unless otherwise shown. Joints
shall be rubber gasketed and conform to ASTM C361.
B. Pipe Type D-2
1. Pipe 10 inches and smaller shall be perforated polyvinyl chloride pipe and
shall have a maximum dimension ratio of 26 unless otherwise specified and

West Yost December 2016 40 23 00 - 7 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
shall conform to ASTM D 3034. Pipe shall be furnished standard lengths of
20 feet. Joints shall be elastomeric gasket with bell and spigot ends.

2.06 PIPING CONNECTIONS MISCELLANEOUS


A. Metallic Flexible Couplings and Flange Adapters
1. Where shown on the Plans or required by installation, flexible couplings
and flange adapters shall be furnished and installed by the Contractor. All
couplings shall be restrained and suitable for a minimum working pressure
of 150 psi.
2. Flexible couplings for steel pipe and steel pipe sizes shall be Rockwell
(Smith-Blair) Type 411, Romac Style 400, or equal with the stop removed
from the middle ring unless otherwise shown. Flexible couplings for cast or
ductile iron pipe and equivalent sizes shall be Rockwell (Smith-Blair) Series
411, Dresser Style 38, Straub iron grip, or equal. Flexible reducing
couplings shall be Rockwell Type 415, Romac Style RC400, or equal.
Sleeves shall have a fusion bonded coating suitable for potable water. All
coupling gaskets shall be synthetic rubber suitable for potable water.
B. Dielectric Isolation
1. General
a. All metallic piping shall be dielectrically isolated from all other
metal piping, hangers, brackets, steel reinforcing and all other metal
structures. All piping shall be dielectrically isolated from piping or
other materials constructed from dissimilar metals.
2. Flange Insulators
a. Flange dielectric insulation sets shall contain full faced gaskets, full
length sleeves, and double insulating washers or as specifically
indicated on the Plans. Insulation material for the flange insulation
sets shall be phenolic resin and flange faced gaskets shall be
neoprene faced phenolic resin. All insulating materials shall be of a
type designated by the manufacturer as suitable for use at the
operating and test pressures specified for the type of pipe on which
the materials are to be installed.
3. Wall Penetrations
a. All penetrations through reinforced concrete walls shall be
constructed to prevent metal to metal contact between the pipe and
reinforcing steel in the wall.
4. Insulating Unions
a. Insulating unions shall meet Federal Specifications WW-U-532,
Class 1 requirements for dimensional, strength, and pressure
requirements. Insulation barrier shall limit galvanic current to 1
percent of the short circuit current in a corresponding metallic joint.

West Yost December 2016 40 23 00 - 8 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
The insulating material shall be impervious to water. Each connector
shall match the type of material to which it connects.
5. Pipe Supports
a. Any pipe hangers, supports, brackets and saddles installed on the
buried side of dielectric insulators on the protected pipe shall be
dielectrically isolated from the pipe by insertion of dielectric
insulating material between the hanger and the pipe.
6. Testing
a. All dielectric isolation devices shall be field tested for continuity
isolation prior to coating and backfill.

2.07 PIPING SUPPORTS AND HANGERS


A. General
1. All piping shall be supported against sag, lateral and vertical movement in
a manner which will prevent undue strain on any valve, fitting, pipe or piece
of equipment. Unless otherwise indicated on the Plans, exposed piping shall
be supported at the base of all risers, at intervals not to exceed 5 ft on all
horizontal runs of pipe 2 in. and smaller, at intervals not to exceed 8 ft on
all horizontal runs of pipe 2 in. through 4 in., and at intervals not to exceed
12 ft on all horizontal runs of pipe larger than 4 in.
2. In addition, pipe supports shall be provided at changes in direction or
elevation, adjacent to flexible couplings, at pipe connections to equipment
and where otherwise shown.
3. Piping shall be supported as described hereinafter and as shown by the pipe
support details on the Plans. Manufacturers catalog figure numbers are
typical of the types and quality of standard pipe supports and hangers to be
employed.
4. No attempt has been made to show all required pipe supports in all
locations, either on the Plans or in the details. The absence of pipe supports
and details on any Plans shall not relieve the Contractor of the responsibility
of providing a satisfactory piping support system in conformance with the
functional and specific support spacing requirements of these
specifications.
B. Hangers and Supports
1. Pedestal pipe supports shall be adjustable, with stanchion, saddle, and
anchoring flange as shown, Grinnel, Fee, and Mason, or equal. Non-shrink
grout shall be used under the floor flanges to give level bearing, and floor
flanges shall be bolted to the floor with two stainless steel bolts cast in the
concrete, if possible, or using stainless steel concrete anchors.

West Yost December 2016 40 23 00 - 9 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
C. Anchors
1. All piping, raceways, accessories, and appurtenances shall be anchored to
resist a lateral seismic force of 60 percent of its operating weight as required
by the California Building Code. This force shall be considered acting at the
center of gravity of the piece under consideration.
2. Piping with flexible connections and/or expansion joints shall be anchored
such that the intended uses of these joints are maintained in the piping
system.

2.08 TAPS AND FITTINGS FOR INSTRUMENTATION


A. Provide all taps, fittings, shutoff valves, etc., for instrumentation, flow control
valves, sample taps, and other devices installed in pipelines.
B. Weld-O-Lets. Class 3000, forged steel, pipe threaded, half couplings.

2.09 BALL VALVES


A. Unless otherwise indicated or specified, all 2-inch and smaller shutoff valves shall
be ball valves.
B. Two-inch and smaller ball valves for general air and water service shall be of bronze
or brass construction with two piece end entry body, with threaded ends, Teflon
seats, and hand lever operators.
C. Valves shall be rated not less than 500 psi non-shock cold WOG and shall be drip
tight in both directions.
D. Valves shall be Apollo 70-100 series, Stockham S-216, or equal.

PART 3 - EXECUTION

3.01 PREPARATION AND HANDLING OF PIPE


A. Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting
is installed or the buried pipe or fitting is lowered into the trench. The interior and
exterior protective coatings shall be inspected, and all damaged areas, which are
repairable in the opinion of the Engineer, shall be patched in the field with material
similar to the original. Pipe unable to be repaired shall be removed from the project
site and replaced with new, undamaged pipe. Clean ends of pipe thoroughly.
Remove foreign matter and dirt from inside of pipe and keep clean during and after
laying.
B. Use proper implements, tools, and facilities for the safe and proper protection of
the pipe. Carefully handle pipe in such a manner as to avoid any physical damage.
Do not drop or dump pipe into trenches.

West Yost December 2016 40 23 00 - 10 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
3.02 INSTALLATION OF PIPING
A. General
1. All pipes shall be carefully placed and supported at the proper lines and
grades and, where possible, shall be sloped to permit complete drainage.
Piping runs shown on the Plans shall be followed as closely as possible,
except for minor adjustments to avoid architectural and structural features.
If major relocations are required, they shall be approved by the Engineer.
2. Wherever a pipe three inches in diameter and larger passes from concrete
to earth, a flexible pipe coupling, shall be installed within 1 foot of the
concrete. Particular care shall be taken to ensure a full support of the pipe
in the earth between and beyond the joints.
3. When installing buried PVC pipe, it shall be snaked in the trench. In
addition, PVC pipe shall not be laid when temperature is 32F, or below.
Piping shall be installed without springing or forcing the pipe in a manner
which would set up stresses in the pipe, valves, or connected equipment.
B. Exposed Pipe
1. Exposed pipe shall mean any pipe not buried or encased in concrete. In
erecting exposed pipe a sufficient number of screw unions, flanged or
grooved end type joints shall be used to allow any section or run of pipe to
be disconnected without taking down adjacent runs. Flanges and grooved
couplings shall be employed on pipes 2 inches and larger. The provision
of an adequate number of appropriate take-down fittings must be rigidly
adhered to whether or not such fittings are indicated on the Plans. Take-
down fittings shall also be provided within two feet of threaded valves and
other appurtenances. Where piping passes through concrete or masonry
walls, take-down fittings shall be employed within 3 feet of the wall.
2. All exposed pipelines shall accommodate expansion and contraction forces
by the use of expansion joints, anchors, and pipe guides. Where pipes cross
structure expansion joints, rubber spherical molded type pipe expansion
joints with restraining rods shall be installed whether specifically shown or
not.
3. All unrestrained joints in pressure pipelines, including bell and spigot,
flexible couplings, expansion joints and flange adapters shall have tension
bars (tie rods) provided in accordance with AWWA M11 Design Manual,
Figures 19.15 and 19.16, and Tables 19.7 and 19.8. Thrust protection shall
be for 1-1/2 times the specified test pressure for the pipe.
C. Buried Pipe
1. General
a. All buried pipe shall be prepared as herein before specified and shall
be laid on the prepared granular base and bedded to ensure uniform
bearing. No pipe shall be laid in water or when, in the opinion of the
Engineer, trench conditions are unsuitable. Joints shall be made as

West Yost December 2016 40 23 00 - 11 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
herein specified for the respective types. Take all precautions
necessary to prevent uplift and floating of the pipe prior to
backfilling.
b. Piping under slabs and structures shall be encased in concrete unless
otherwise directed by the Engineer.
2. Gravity Lines
a. Laying of gravity pipelines shall proceed upgrade with the spigot
ends pointing in the direction of flow. Each piece shall be laid true
to line and grade and in such manner as to form a close concentric
joint with the adjoining pipe and to prevent sudden offsets in the
flow line. As the work progresses, the pipe interior shall be cleared
of all dirt and debris of every description. Where clearing after
laying is difficult because of small pipe size, a suitable swab or
squeegee shall be kept in the pipe and pulled forward past each joint
immediately after jointing has been completed. Pipe shall not be laid
when the condition of the trench or the weather is unsuitable. At
times when work is not in progress, open ends of pipe and fittings
shall be closed.
3. Corrosion Protection
a. Buried metal parts such as valves and bolt-ups not cement mortar
coated shall be coated with two coats of bitumastic in accordance
with Section 09 96 00, and encased with one sheet of 8-mil
minimum thickness polyethylene to form a continuous and all-
encompassing layer of polyethylene between the protected metal
and surrounding earth. All polyethylene shall be secured in place
with 10-mil polyethylene tape.
D. Dielectric Connections
1. Where pipes of dissimilar metals are connected, a dielectric insulator shall
be provided. Where copper pipe is supported from hangers, it shall be
insulated from the hangers; or copper plated hangers shall be used.
2. Dielectric insulators shall be installed on the first exposed flanges or
couplings of pipes which are connected to buried piping. For this purpose,
an insulating joint or connection shall be provided on exposed existing and
new piping which requires cathodic protection, within ten feet of each point
of burial. Where connections are made between existing ferrous metal
piping and new piping which is to receive cathodic protection, a dielectric
insulator shall be installed.
3. Insulating flange gasket sets shall be installed at the specified locations. All
insulating components shall be cleaned of all dirt, grease, oil and other
foreign materials immediately prior to assembly. Bolt holes in mating
flanges shall be properly aligned at the time bolts and insulating sleeves are
inserted to prevent damage to the insulation. After flanged bolts have been
tightened, each insulating washer shall be inspected for cracks or other

West Yost December 2016 40 23 00 - 12 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
damage. All damaged washers shall be replaced. After assembly, resistance
between each bolt and flange shall be measured with an approved
ohmmeter, and the minimum resistance shall be 50,000 ohms. All insulating
flanged joints shall be coated as shown.
4. Insulating unions shall be installed at the specified locations. Joint
compound or thread tape shall be applied to male threads only. Piping shall
be worked into place without springing or forcing. Backing off to permit
alignment of threaded joints will not be permitted. Threads shall be engaged
so that no more than 3 threads remain exposed.
E. Locating Wire
1. All runs of non-metallic water pipe, including services, shall have a No. 10
gauge solid soft drawn copper wire laid along the pipe to facilitate locating
the pipe at a later date. The wire shall be stubbed up inside each valve box.
Continuity test shall be conducted on each splice at all locations.

3.03 PIPELINE CLEANING AND TESTING


A. Water Pipelines
1. All water pipelines shall be subject to acceptance tests as specified in
Section 40 81 00. Provide all necessary utilities, labor, and facilities for
testing, and shall dispose of all waste, including water. All tests shall be
conducted in the presence of the Engineer.
B. Cleaning
1. The interior of all pipelines shall be thoroughly cleaned of all debris prior
to testing and prior to connection of pipe to equipment, control and
regulating devices or instrumentation. Accumulated debris shall be
removed by dropping spools or valves. No test shall commence until the
pipeline is completely cleaned to the satisfaction of the Engineer. Pump
suction lines shall be cleaned prior to operation of pumps.
C. Disinfection
1. Disinfect all water piping as specified in Section 31 01 10.58. Disinfect all
new water pipe sections prior to making final connection to existing active
operating piping.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Piping Systems shall not be measured.

4.02 PAYMENT
A. Payment for Piping Systems shall be included in the various items of work, and
no additional compensation will be made therefor.

West Yost December 2016 40 23 00 - 13 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
END OF SECTION

West Yost December 2016 40 23 00 - 14 Finished Water Pump Station


174-14-16-02 Piping Systems Electrification, Phase 1
Project No. WT 7074
SECTION 40 81 00

TESTING PRESSURE PIPING

PART 1 - GENERAL

1.01 SECTION INCLUDES


A. Hydrostatic pressure pipeline testing.

1.02 REFERENCED SECTIONS


A. The following Sections are referenced in this Section:
1. Section 01 33 00 Submittals

1.03 SUBMITTALS
A. Provide Submittal per Section 01 33 00.
B. Testing Schedule and Notification of Testing: Submit advance written notice of
testing activities a minimum of 48 hours prior to conducting piping tests.
C. Testing Plan: Submit a written plan that identifies the methods for water
procurement, conveyance and disposal.
D. Completed Pipe Test Record Forms, found at the end of this Section.

1.04 TESTING REQUIREMENTS


A. Furnish personnel, materials, bulkheads, test plugs, restraints, anchors, temporary
connections, pumps, pressure gauges and other equipment needed to perform
testing.
B. Water for Testing
1. Use potable water for pressure testing pipelines.
2. Disposal: Dispose of water used for testing pipelines in the plant building
drainage system.
WEST YOST GUIDE SPECIFICATION

C. Test only those portions of the pipe that have been installed as part of this Contract.
1. Test new pipe sections prior to making final connection to existing piping.
2. Install test plugs or bulkheads to isolate new piping systems.
3. Unless otherwise indicated, valves may not be used to isolate portions of
the piping system for purposes of testing. When testing against a valve is
indicated or approved by the Owner, provide a test plate pancake to
further isolate the new and existing piping.

West Yost December 2016 40 81 00 - 1 Finished Water Pump Station


174-14-16-02 Testing Pressure Piping Electrification, Phase 1
Project No. WT 7074
D. Sequence
1. Buried Pressure Piping: Except as otherwise indicated, conduct piping
pressure test after trench has been backfilled to subgrade and compacted.
Piping may be tested before or after final paving, at Contractors option.
2. Encased Piping: Test before encasing pipe in concrete.
E. Failed Tests: Make necessary corrections or remove defective pipe or defective
appurtenances. Repeat pressure test until a successful test is achieved.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 GENERAL
A. Test pipelines, appurtenances, valves and fittings in the pipeline system.
B. Where allowable leakage rates are not specifically indicated, no leakage is allowed.
C. Perform testing operations in the presence of the Engineer.
D. Prior to pressure testing, clean pipeline of debris, construction materials, dirt and
other foreign material within the piping system.
E. Do not test pipelines until thrust restraint devices have been installed. Where
concrete thrust blocks are used, do not begin pressure test until concrete has attained
an age of at least 7 days unless otherwise approved by the Owner.
F. After testing has been completed, drain test water from pipelines and leave in clean
condition.

3.02 FILLING PIPING SYSTEMS WITH WATER


A. Place temporary bulkheads in the pipe at the ends of the test section, and then slowly
fill the pipeline with water at a rate which does not cause surges or exceed the rate
at which the air can be released through the air valves.
B. Ascertain that test bulkheads are suitably restrained to resist the thrust of the test
pressure without damage to, or movement of, the adjacent pipe.

WEST YOST GUIDE SPECIFICATION


C. Purge air within the pipeline during the filling operation. Check proper operation
of air release valves and air vents during the filling operation to ascertain proper
operation and venting of air from the pipeline.
D. Concrete pipe, cement-mortar lined pipe and other pipe made from water absorbing
material:
1. After the filling operation is complete, allow the filled pipeline to stand
under a slight pressure for at least 24 hours to allow air to escape from any
air pockets within the pipeline and the pipe lining to absorb water.
2. Examine bulkheads, valves and connections for leaks during this period. If
leaks are found, make corrections before conducting the pressure test.

West Yost December 2016 40 81 00 - 2 Finished Water Pump Station


174-14-16-02 Testing Pressure Piping Electrification, Phase 1
Project No. WT 7074
3.03 PRESSURE TESTING EXPOSED PIPING
1. Fill section of piping under test with water and raise the system pressure to
normal operating pressure.
2. Visually inspect exposed pipe joints, joints at fittings, valves, hydrants, and
other piping appurtenances for leaks.
3. Correct leakage as necessary to eliminate the leakage.
4. Duration of Pressure Test: 2 hours.
5. Leakage Allowances: Zero leakage.
6. Correct any visible leakage by tightening flanges and screwed joints,
replacing gaskets or removing defective materials.
7. Repeat test until no leakage is observed.
8. Record results of pressure test on Pipe Test Record form included at the end
of this Section.

3.04 PRESSURE TESTING BURIED PIPING


1. Fill section of piping under test with water and raise the system pressure to
normal operating pressure.
2. Visually inspect exposed pipe joints, joints at fittings, valves, hydrants, and
other piping appurtenances for leaks.
3. Correct visible leaks necessary to eliminate the leakage.
4. Duration of Pressure Test: 2 hours.
5. Leakage Allowance: Zero leakage
6. Correct any visible leakage by tightening flanges and screwed joints,
replacing gaskets or removing defective materials.
7. Repeat test until no leakage is observed.
B. Record results of pressure test on Pipe Test Record form included at the end of this
Section.
WEST YOST GUIDE SPECIFICATION

3.05 WELD TESTING


A. Field welds will be inspected by magnetic particle methods per ASTM E709 and
ASTM E1444. Field butt welds will be inspected in accordance with the
requirements of API 1104 by the radiographic method and the acceptance criteria
of API 1104.
B. Inform the Citys Representative before completed weld joints are backfilled so
that the joint may be inspected. The Contractor shall assume all cost of exposing
backfilled joints for inspection when backfilling preceded the inspection.
C. Personnel performing visual inspection of welds shall be qualified and currently
certified as Certified Welding Inspections in accordance with AWS QC1, Standard

West Yost December 2016 40 81 00 - 3 Finished Water Pump Station


174-14-16-02 Testing Pressure Piping Electrification, Phase 1
Project No. WT 7074
for Qualification and Certification of Welding Inspections. Personnel performing
nondestructive tests shall be qualified and certified to the requirements of
SNT-TC-1A.
D. The City may also order nondestructive testing by an independent testing laboratory
in addition to any testing specified herein. Except as otherwise specified herein, all
costs for the independent testing laboratory to inspect and test field welds will be
paid for by the City. If the weld is defective, the inspection costs shall be paid for
by the Contractor. Defective welds shall be repaired and retested at the Contractors
expense.
E. Submit test reports of all laboratory tests per Section 01 33 00.
F. Weld testing and inspection described herein shall be performed by the Contractor
at no additional cost to the City.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT
A. Testing Pressure Piping shall not be measured.

4.02 PAYMENT
A. Payment for Testing Pressure Piping shall be made at the lump sum price named
in the Bid Schedule under Item No. 10 Pressure Testing and Disinfection of
Pipelines. The contract lump sum price shall include full compensation for all work
related to testing including preparation of a testing plan, submittal of pipe test
records, pumps, hoses, gauges, as well as all labor, tools, equipment and incidentals
required for necessary all work involved, complete in place, as described in these
contract documents, and as directed by the Engineer.

END OF SECTION

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 40 81 00 - 4 Finished Water Pump Station


174-14-16-02 Testing Pressure Piping Electrification, Phase 1
Project No. WT 7074
PIPE TEST RECORD

Date:

Project Name: Project No.:


Contractor:

Pipeline Size & Name Pipe Type Pipe Location/Description

(SL), SN, IA, etc.) (DI, PVC, Steel, Copper, etc.) (Attach sketch if needed)
Section Tested:
First Test Length of Pipe Tested:
From: Or
Re-Test
To: Ft.

Test Specifications Actual Test Results

Type of Test: Start pressure:

Type of Test: End Pressure:


Start time Stop time Duration
Duration:

Allowable loss: Actual loss:

Comments:
WEST YOST GUIDE SPECIFICATION

Test Passes
Test Fails

Tested By:
Contractor

Test Witnessed By:


Construction Inspector

West Yost December 2016 40 81 00 - 5 Finished Water Pump Station


174-14-16-02 Testing Pressure Piping Electrification, Phase 1
Project No. WT 7074
(THIS PAGE LEFT BLANK INTENTIONALLY)

WEST YOST GUIDE SPECIFICATION

West Yost December 2016 40 81 00 - 6 Finished Water Pump Station


174-14-16-02 Testing Pressure Piping Electrification, Phase 1
Project No. WT 7074

You might also like